Boiler Maintenance & Repair Services
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
This is a Sources Sought Notice from the Department of the Navy / NAVFACSYSCOM MID-ATLANTIC for Boiler Maintenance & Repair Services at Naval Submarine Base New London, Groton, CT. The purpose is to identify qualified companies and determine a potential small business set-aside for an upcoming solicitation. Responses are due by April 3, 2026, at 12:00 PM ET.
Purpose
This notice is for market research and preliminary planning only; it is not a request for proposal. The government seeks to identify potential offerors, including various small business concerns (small, veteran-owned, service-disabled, HUBZone, small-disadvantaged, and women-owned), to inform the acquisition strategy for future boiler maintenance and repair services. The information received will facilitate decision-making regarding a potential set-aside.
Scope of Work
The requirement is for comprehensive boiler maintenance and repair services, including all labor, management, supervision, tools, materials, and equipment. Specific tasks outlined in the draft specifications (Attachment 1) include:
- Repairs and/or replacement of 6 psi to 900 psi steam valves, refractory, and boiler tubes.
- "R" stamp welding, including resurfacing and welding of boiler hand-hole seats.
- Work on 120 psi air systems, 15 psi through 900 psi boiler water feed systems, and steam/condensate piping.
- Boiler certification and work on auxiliary equipment and associated facilities.
- Removal and reinstallation of safety valves for overhaul and inspection. Attachment 2 details specific Exhibit Line Item Numbers (ELINs) for unit-priced labor (e.g., welders, pipe fitters, electricians) and materials, subject to Davis Bacon Act or Service Contract Act.
Contract & Timeline
The anticipated future contract will be a Firm Fixed Price (FFP) Non-Reoccurring/Indefinite Delivery Indefinite Quantity (IDIQ) with a base period of one year and four option periods. The estimated contract start date is September 7, 2026.
- Opportunity Type: Sources Sought
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19,000,000 size standard.
- Response Due: April 3, 2026, 12:00 PM ET
- Published: March 20, 2026
Set-Aside / Eligibility
This is a market survey to determine whether to set aside the requirement for small business concerns. The previous contract (N40085-19-R-5003/N40085-19-D-5003) for similar services was a 100% small business set-aside. Interested vendors from all small business categories are encouraged to respond.
Submission Requirements
Interested vendors must submit the attached Sources Sought Information Form, including:
- Company name, address, point of contact, phone, email, business size, and socio-economic status (e.g., disadvantaged, 8(a), HUBZone).
- Attach one to three references for contracts of similar scope and size, demonstrating past performance. Submissions must be electronic to Allison King at Allison.n.king2.civ@us.navy.mil. Incomplete or late responses will not be considered.
Additional Notes
This is not a new procurement but will replace the previous contract. This notice does not constitute a solicitation, and no reimbursement will be made for response costs.