Opportunity
SAM #W912EP26RA013
Facilities Maintenance, Repair, and Logistics Support Services for USACE Jacksonville District
Buyer
Jacksonville District
Posted
April 14, 2026
Respond By
April 21, 2026
Identifier
W912EP26RA013
NAICS
238220, 238210, 561210, 238290
The U.S. Army Corps of Engineers (USACE) Jacksonville District is seeking qualified small businesses to provide comprehensive facilities maintenance, repair, and logistics support services under a five-year contract. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Jacksonville District - OEMs and Vendors Mentioned: - Spacesaver (Mobile Track File Systems) - Powerware (Uninterruptible Power Source/UPS) - F.G. Wilson (Diesel Generators) - Liebert (Air Handlers) - Mitsubishi (Mini Split HVAC Systems) - Carrier (Packaged HVAC Units) - Denso (Portable Cooling Units) - Products/Services Requested: - Facilities maintenance, repair, and logistics support services for headquarters and field offices - FM-200 fire suppression system semi-annual inspections and emergency maintenance - Emergency generator scheduled maintenance (F.G. Wilson Model P330E Diesel 300 KVA) - HVAC preventive maintenance and emergency response (Liebert, Mitsubishi, Carrier, Denso) - Document shredding services (quarterly) - Preventive maintenance for Spacesaver Mobile Track Files (EC-400) - Powerware UPS maintenance and battery replacement (Model 9315-160) - Quantities and Part Numbers: - Spacesaver Mobile Track File Systems: 3 units (EC-400) - Powerware UPS: Model 9315-160, Serial EV154ZBA01 - Unique or Notable Requirements: - 100% Small Business Set-Aside - Minimum of three BPAs to be established - Qualified personnel must have specific certifications and security clearances - 24/7 emergency response with two-hour response time for critical systems - Work performed at multiple federal facilities across the Jacksonville District Area of Responsibility - Compliance with FAR Parts 12 and 13; SAM registration required
Description
The US Army Corps of Engineers, Jacksonville District is issuing these sources sought synopsis as a means of conducting market research to identify parties having interest in and the resources to support this requirement. The requirement is to establish non-priced Blanket Purchase Agreements (BPAs) for the headquarters building and field offices, including maintenance, repair, and logistics support services throughout the Jacksonville District Area of Responsibility (AOR) in accordance with FAR Part 12 and 13. This is a 100% Small Business Set-Aside.
There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, namely the Small Business Community to include Service-Disabled Veteran Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors.
Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform as defined in the attached Performance Work Statement (PWS).
Period of Performance: The period of performance shall be five (5) years. See each Call Order for the period of performance.
Place of Performance: The work under this agreement will vary and identified in each call order.
A minimum of three (3) BPAs will be established with responsible firms who have demonstrated satisfactory past performance for the type of services as specified in the attached Performance Work Statement.
Firm's response to this Synopsis shall be limited to 3pages and shall include the following information:
Firm's name, address, point of contact, phone number, website, and email address. Firm's interest in bidding on the solicitation when it is issued. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 2 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed agreement are invited to submit a response to this Sources Sought Notice by 21 April 2026 at 9:00am. All responses under this Sources Sought Notice must be emailed to kelly.l.koger@usace.army.mil or Dustin.l.furrey@usace.army.mil . Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov If you have any questions concerning this opportunity, please contact: kelly.l.koger@usace.army.mil or Dustin.l.furrey@usace.army.mil