Boiler Maintenance and Repair Services at Naval Support Activity (NSA), Naval Station Norfolk, Norfolk Virginia, Naval Weapons Station, Cheatham Annex, Yorktown Virginia, and other Areas of Responsibility (AOR)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / NAVFAC MIDLANT is conducting a Sources Sought for Boiler Maintenance and Repair Services at Naval Support Activity (NSA), Naval Station Norfolk, Naval Weapons Station, Cheatham Annex, Yorktown, VA, and other Areas of Responsibility (AOR). This is a market research effort to identify qualified small business sources. Responses are due March 16, 2026, at 2:00 PM Eastern Standard Time.
Scope of Work
The anticipated contract will cover comprehensive boiler maintenance and repair services. Key requirements include:
- Facility Management (Annex 1501000 C): Work control/service request reception, identification, tracking, and reporting; Infrastructure Condition Assessment Program (ICAP) services; inventory/asset/technical management; condition assessment (Dynamic and Non-Dynamic); and project development.
- Facility Investment (Annex 1502000 C): Maintaining, repairing, and altering water and steam boilers and storage tanks; Integrated Maintenance Program (IMP); Inspection, Testing, and Certification Program; boiler seasonal start-up and shutdown; and boiler water testing and treatment services. The contractor will furnish all labor, supervision, management, tools, materials, equipment, transportation, and incidental engineering.
Contract & Timeline
- Type: Sources Sought (market research only); anticipated Firm-Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract.
- Duration: Anticipated 12-month base period, four (4) 12-month option periods, and a 6-month extension, not to exceed 66 months.
- NAICS Code: 238220 (Plumbing and Air-Conditioning Contractors)
- Size Standard: $19.0 million
- Response Due: March 16, 2026, 2:00 PM Eastern Standard Time
- Published: March 10, 2026
Set-Aside
The government is seeking responses from Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses. The intent is to determine if a set-aside acquisition is in the best interest of the Government.
Submission Requirements
Interested parties must submit a brief capabilities package, not exceeding 5 pages, addressing:
- Project Examples: Within the last five years, similar in size (yearly value of at least $300,000 for recurring services), scope (all labor, supervision, materials for boiler maintenance/repair), and complexity (responding simultaneously to multiple customers/installations). Include prime/subcontractor role, contract value, description, and Government POC. Knowledge of state regulations within the AOR is also required.
- Company Profile: Number of offices/employees, annual receipts, office location(s), available bonding capacity, Unique Entity ID (UEI), and CAGE Code.
- Small Business Status: Indicate all applicable small business designations.
- Geographic Area: Identify the area where the firm can operate efficiently and economically within the AOR. Electronic submissions should be emailed to melinda.l.robinson12.civ@us.navy.mil.
Evaluation
This is for planning purposes only; no contract will be awarded from this notice. Responses will assist the Navy in tailoring requirements and determining potential set-aside opportunities. Source Selection procedures will be used for any future solicitation.
Additional Notes
The government will not pay for information solicited. Respondents will not be notified of evaluation results. Questions should be emailed to Melinda Robinson at melinda.l.robinson12.civ@us.navy.mil.