Opportunity
SAM #PANMCC26P0000039257
Temporary Steam Boiler Rental and Services for USMA West Point
Buyer
MICC West Point
Posted
April 07, 2026
Respond By
April 14, 2026
Identifier
PANMCC26P0000039257
NAICS
532490, 532412
This opportunity seeks qualified small businesses to provide temporary steam boiler services at the U.S. Military Academy, West Point, NY. - Government Buyer: - U.S. Military Academy (USMA) at West Point, NY - DPW, Construction, Estimating & Contract Services Branch - Mission Installation Contracting Command (MICC) – West Point - Products/Services Requested: - Two transportable steam boilers (800hp/250psi max pressure) - One for Building 604 (operational May 22 to June 21, 2026) - One for Building 845 (operational for one month during summer 2026, dates TBD) - Installation, inspection, testing, and removal of boilers and associated equipment - On-call maintenance and repair services during operational periods - Two-hour response during normal hours, four-hour response after hours - All repair parts and materials included - Unique/Notable Requirements: - Contractor must provide all labor, materials, equipment, and supervision - Boilers must connect to natural gas, include electrical and steam piping, and chemical treatment - Compliance with all applicable codes and regulations - Restoration of existing systems to original condition after removal - Emphasis on small business participation and competition - No specific OEMs or part numbers are identified in the solicitation - NAICS code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing) - Place of Performance: - U.S. Military Academy at West Point, NY (Buildings 604 and 845)
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Temporary Boiler Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing with a size standard of $40 Million.
A continuing need is anticipated for Temporary Boiler Services. Attached is the draft Statement of Work (SOW).
In response to this sources sought, please provide:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.