Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2025 SAM #8795
SOURCES SOUGHT

J -- Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) for Department of Defense Education Activity (DoDEA) at Fort Campbell, Kentucky

Notice Date
12/23/2025 9:21:44 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123626X1B1V
 
Response Due
1/13/2026 11:00:00 AM
 
Archive Date
01/28/2026
 
Point of Contact
Candace Lotomau, Phone: 7572017131, MICHAEL STEVENSON, Phone: 7572011355
 
E-Mail Address
candace.c.lotomau@usace.army.mil, michael.l.stevenson@usace.army.mil
(candace.c.lotomau@usace.army.mil, michael.l.stevenson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought notice only; it is not a request for competitive proposals. There is no solicitation, specifications, and/or drawings available at this time. The purpose of this Sources Sought Notice is to identify business concerns with sufficient similar experience that are capable and interested in performing the work described herein. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought notice. The U.S. Army Corps of Engineers (USACE), Norfolk District is anticipating a future procurement for a Firm-Fixed Price Indefinite-Delivery, Indefinite Quantity (IDIQ) Services contract, for the Department of Defense Education Activity (DoDEA) Preventative Maintenance (PM) and Demand Maintenance (DM) at Fort Campbell, Kentucky. Description of Work The USACE, Norfolk District is seeking eligible firms capable of Preventative Maintenance and repair services in support of the DoDEA � America�s facilities located at Fort Campbell, Kentucky. The services provided under this proposed contract encompass facilities total maintenance services such as operation and maintenance of heating, ventilation and cooling systems, kitchen equipment, facility control systems, playgrounds, plumbing, electrical, and fire alarms, building systems, roofs, and other facility systems and components. These services must be provided on an ongoing basis without protracted lapse to ensure that the building systems continue to operate efficiently and safely for the benefit of the students and teachers that inhabit them. The facilities under this action which require Preventative Maintenance & Demand Maintenance and Repairs include nine (9) facilities comprised of six (6) schools and three (3) support facilities at the Fort Bragg, totaling approximately 835,000 Gross Square Feet. Solicitation Time Anticipated solicitation issuance timeframe is on or about March 2026, and the estimated solicitation period of 30 calendar days with a proposal due date timeframe on or about April 2026. The project consists of a 6-month base period, four (4) option years, and one, optional 6-month extension. A pre-solicitation notice will be posted on SAM.GOV website via the Procurement Integrated Enterprise Environment (PIEE) website. All interested firms shall be registered in SAM and PIEE in order to submit a proposal in response to the solicitation (when issued). Additional Requirements The Contract Maximum for this contract is $18,000,000.00. NAICS Code 238220 - Plumbing, Heating, and Air-Conditioning Contractors applies with a Small Business Size Standard of $19,000,000.00 Offerors will be evaluated on a Best-Value Tradeoff basis with a combination of price and non-price factors. The Government is not obligated to and will not pay for any information received from potential sources as a result of this, market research. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. All interested capable, qualified, and responsive SMALL BUSINESS Prime Contractors are encouraged to reply to this Sources Sought announcement. Interested contractors should furnish the following information: INFORMATION REQUESTED FROM INDUSTRY General Information Company name, address, phone number, and point of contact. Indicate business size in relation to the NAICS Code 238220. Provide your company's Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service-Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other than Small Business. Contractors must be registered in the System for Award Management (SAM) at time of contract award. Please see www.SAM.gov for additional registration information. Provide a narrative describing primary business lines and the geographic regions your company serves. Narratives shall be no longer than five (5) pages demonstrating experience in a similar type of work as described above, at similar contract values, and in similar locations. Does your company, through in-house forces or subcontract support, have the technical capability and capacity to provide preventive maintenance and repair services for the facilities and locations as described above? Given the Facility Coverage requirements listed in the description of work: what level of staffing would you suggest for full-time employees to be on-site (full time) to fulfill these requirements. Please include the trades as well as the personnel�s pertinent certifications/licenses. The Government intends to include a Limit of Liability (LOL) in this contract for repairs the Contractor would be responsible for under the firm-fixed price portion of this contract. Several different LOL structures are being considered such as: LOL Structure A: The Contractor�s limit of liability (LoL) for material and labor costs associated with any single demand maintenance event including repair or replacement of any single piece of equipment is $20,000. OR LOL Structure B: The Contractor�s limit of liability (LoL) for material and labor costs associated with any single demand maintenance event including repair or replacement of any single piece of equipment is $7,000. In addition, up to six demand maintenance occurrences between $7,000 and $20,000 per contract year are allowed Which version would you prefer? Does the Limit of Liability detract from your interest in this solicitation? If so, why? Would a lower dollar value limit of liability increase your interest? Given the cost to award a task order is significant with respect to small repair requirements, how do you suggest the Government accommodates these small repairs most efficiently? The Government will utilize this information in determining an Acquisition Strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electrically via email to Michael Stevenson at Michael.l.stevenson@usace.army.mil@usace.army.mil and copy Candace Lotomau at Candace.C.Lotomau@usace.army.mil. The capability statement must be submitted not later than 13 January 2026 by 2:00 PM Eastern Standard Time (EST). Limit capability briefing package to five (5) pages. This Sources Sought should not be construed in any manner to be an obligation of USACE, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. All information submitted will be considered procurement sensitive and is being used as a market research tool only. No solicitation is currently available. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.SAM.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Point of Contact for this requirement is Michael Stevenson at Michael.l.stevenson@usace.army.mil, and Candace Lotomau at Candace.C.Lotomau@usace.army.mil. TELEPHONE INQUIRES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8627f72fb77a4711993a8356cc62c49e/view)
 
Place of Performance
Address: Fort Campbell, KY 42223, USA
Zip Code: 42223
Country: USA
 
Record
SN07673913-F 20251225/251223230034 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.