Test and Balance 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
The Department of the Army's Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) is conducting a Sources Sought Synopsis (SSS) for Test and Balance Services for a hydronic system at Building B2618 (Jennings Hall) on JBSA Fort Sam Houston, TX. This market research aims to identify qualified firms capable of ensuring compliance with accreditation requirements for the TRADOC Medical Center of Excellence Animal Care and Use Program (ACUP). Responses are due by February 3, 2026.
Scope of Work
The requirement is for non-personal services to test and balance a hydronic system. This includes Variable Air Volume (VAVs), Air Handling Units (AHUs), Exhaust Fans (EFs), Ceiling Fans (CFs), Utility Sets (UFs), and HVAC flow quantities. The contractor must be certified by the Associated Air and Balance Council (AABC), National Environmental Balancing Bureau (NEBB), or the Testing, Adjusting, and Balancing Bureau (TABB). Key tasks involve performing TAB in accordance with industry standards, replacing up to five adjustable damper air diffusers and stained/damaged ceiling tiles if necessary, and providing a NEBB Certified TAB Report. The objective is to maintain proper air exchanges and pressure to prevent loss of ACUP accreditation.
Contract & Timeline
- Opportunity Type: Sources Sought Synopsis (SSS)
- Anticipated Contract Type: Firm Fixed Price
- Anticipated Period of Performance: 60 calendar days after Notice to Proceed (NTP).
- NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning, with a $19M size standard.
- Set-Aside: None specified; however, the government encourages small businesses in all socioeconomic categories to respond, as a set-aside may be considered if two or more small businesses demonstrate capability.
- Questions Due: January 26, 2026, by 12:00 P.M. CDT.
- Responses Due: February 3, 2026, by 12:00 P.M. CDT.
- Published: January 20, 2026.
Submission Requirements
Interested offerors must submit a capability statement, limited to five (5) written pages (PDF or MS Word format). Responses should address specific questions outlined in the SSS, including firm details, small business status, subcontracting plans, relevant experience, commercial availability of services, and recommendations for structuring the requirement to facilitate competition. Submissions must be emailed to Monica Jackson (monica.e.jackson4.civ@mail.mil) and cc LaTasha Cardwell (latasha.s.cardwell2.civ@army.mil), referencing W9124J-26 Q-TEST in the subject line.
Additional Notes
This is a market research notice only and does not constitute a solicitation or promise to issue one. The government is not seeking quotes or proposals at this time and will not pay for information submitted. Respondents will not be notified of evaluation results. A draft Performance Work Statement (PWS) is available for review.