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 Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT) is conducting market research through a Sources Sought Notice to identify qualified small businesses for Boiler Maintenance and Repair Services. This effort covers Naval Support Activity (NSA), Naval Station Norfolk, Naval Weapons Station, Cheatham Annex, and other areas within the AOR. This is not a request for proposal, but aims to determine if a set-aside acquisition is appropriate. Capabilities packages are due by March 10, 2026, 2:00 PM EST.
Scope of Work
The anticipated contract will involve both recurring and non-recurring work services. Key requirements include:
- Facility Management (Annex 1501000 C): Work control/service request reception, identification, tracking, 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 for an 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 10, 2026, 2:00 PM Eastern Standard Time.
- Published: February 27, 2026.
Submission Requirements
Interested parties must submit a brief capabilities package, not exceeding 5 pages, addressing:
- Examples of projects within the last five years of similar size (yearly value of at least $300,000 for recurring services), scope, and complexity. Include prime/subcontractor role, contract value, description, and Government/Agency point of contact. 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.
- Indication of small business status (Small Business, SDB, WOSB, SDVOSB, HUBZone, 8(a) Business).
- Identification of the geographic area where the company can operate efficiently and economically.
Evaluation
This notice is for market research only; no contract will be awarded. Responses will help the Government determine the availability and capability of small business sources and whether a set-aside acquisition is in the best interest of the Government. Source Selection procedures will be used for any future solicitation.
Additional Notes
The Government will not pay for information solicited, and respondents will not be notified of evaluation results. Electronic submissions are accepted via email to melinda.l.robinson12.civ@us.navy.mil.