Loading...
FA2860FANMAINT2026
Response Deadline
Apr 30, 2026, 8:00 PM(EDT)8 days
Eligibility
Contract Type
Sources Sought
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION ANDPLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 811310. The size standard is $12,500,000.
The purpose of this procurement is to acquire Industrial Fan Maintenance. Please refer to the attached Performance Work Statement (PWS) for specific details about this requirement.
Reponses to this Sources Sought request should reference " Industrial Fan Maintenance " and shall include the following information in this format:
1. Company name, address, point of contact name, phone number, fax number and email address.
2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.
3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.
4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.
5. The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
All responses to this notice are to be submitted by 4:00 PM Eastern Standard Time, on 30 April 2026. Responses will be accepted via electronic means only to Glenn.Stone@us.af.mil
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE DISTRICT OF WASHINGTON
FA2860 316 CONS PK
FA2860 316 CONS PK
CP 240 612 5676
1349 LUTMAN DR
JB ANDREWS, MD, 20762-7001
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
Set-Aside
8(a) Set-Aside (FAR 19.8)