Loading...
W912QR-26-B138-CRANE
Response Deadline
May 9, 2026, 2:00 PM(EDT)15 days
Eligibility
Contract Type
Sources Sought
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately.
Project Location: NSWC Crane, IN
Project Description: This project will replace the HVAC system for building 198. NSWC Code WXR is required to perform operations in a window of 40-60 percent humidity. The low end is a static issue and on the upper end it become a quality issue. NSWC Code WXR work requirements entail test cells, work bays, independently-controlled vent hoods, humidity 45% to 60% RH in all bays and cells, and a secure cell. Building 198 is an Ordnance Prototype Development facility supporting Ammunition, Explosives & Toxic Laboratory research, development, test, and evaluation mission of the Naval Surface Warfare Command (NSWC) at NSA Crane. The renovation work and scope are primarily inside existing building 198 with additional internal work to the adjacent supporting buildings 2507 and 2508. Existing chiller pads will be reused for the new chillers, with the equipment pad near Building 2507 being extended 3-feet to accommodate new structural elements. New equipment pads located between Building 198 and 2507 will be constructed for pad mounted exhaust fans, and a new transformer pad will be constructed near the existing transformer pad.
Contract duration is estimated at 270 calendar days. The estimated cost range is between $5,000,000 and $10,000,000. NAICS code is 236220. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business contractors should respond to this survey by Saturday, May 9, 2026 by 10:00 AM Eastern Time.
Responses should include:
a. Projects similar in Scope to this project include: Projects considered similar to this project include but are not limited to building HVAC upgrades which include replacement of air handling units, makeup air units, VAV repairs, chilled water plants and DDC HVAC control systems including all appurtenances.
b. Projects similar in size to this project include: Major construction projects of approximately 10,000 SF or greater.
c. Based on definitions above, for each project submitted include:
5. Small Businesses are reminded under Revolutionary Federal Acquisition Regulation Overhaul (RFO) clause 52.219-14, Limitations on Subcontracting (01 Feb2026); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.
Submission Requirement: The only authorized transmission method of responses is via filling out the survey form. No other transmission method will be accepted. Please limit your capability statement to the space provided within the form. The Market Survey Form can be accessed at https://forms.osi.apps.mil/r/tdQWYLfTXU or via the QR Code provided below.
This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.
NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.
All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.
Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected.
ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.
Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
CHASE ROST
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION GREAT LAKES AND OHIO
ENDIST LOUISVILLE
W072 ENDIST LOUISVILLE
W072 ENDIST LOUISVILLE
KO CONTRACTING DIVISION
220 W MAIN STREET 3RD FLOOR
LOUISVILLE, KY, 40202-2230
NAICS
Commercial and Institutional Building Construction
PSC
CONSTRUCTION OF MISCELLANEOUS BUILDINGS
Set-Aside
No Set aside used