FM3016FY26JBSAPressureVesselServices
Pressure Vessel Inspection Services
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR EDUCATION AND TRAINING COMMAND > JOINT BASE SAN ANTONIO > FA3016 502 CONS CL
Quick summary
JBSA Lackland AFB, JBSA Randolph AFB and JBSA Ft. Sam Houston is searching for potential contractors that can provide pressure vessel (VE) inspection services IAW the Statement of Work (SOW). JBSA is seeking information from interested parties that can provide the requirements below. All prospective contractors must be registered in the System for Award Management (SAM.Gov) database to be awarded a DOD contract. The product service code for this is J041 - EQUIPMENT-REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT and the NAICS for this action is 238220 - PLUMBING, HEATING, AND AIR-CONDITIONING CONTRACTORS (size standard: $19 MILLION). 2. The Department of War is seeking capable sources for pressure vessel (VE) inspection services. The selected contractor shall provide all labor, services, materials and transportation required to perform VE inspections on pressure vessels listed below. The goal of this effort is to comply with AFI 32-1068, Heating Systems and Unfired Pressure Vessels and with the Association of American Mechanical Engineers (ASME) Boiler and Pressure Vessel Code which state that unfired pressure vessel inspections (Type VE) will be performed every three years. 3. This announcement is a Sources Sought and is NOT a Request for Quotation (RFQ). This announcement does not commit the government to award a contract now or in the future. There is no solicitation or funding currently available. Additionally, the government is not obligated to and will not pay for any information received from potential sources because of this Sources Sought announcement. The result of this Source Sought will be utilized to determine if there are enough vendors capable to provide chiller replacement services IAW the statement of work. In addition, this market research tool can be used to identify potential and eligible firms, of all sizes, prior to determining the method acquisition and issuance of a solicitation. This is projected to be a small business set-aside, all small business set-aside categories will be considered. Attached is the DRAFT of the statement of work for this requirement, to allow for a better idea of work to be expected. It is subject to adjustments as necessary.
Documents
Technical details
Search run: 17fd772abb2f46b3b3d63cf5394cb514
Readiness: partial
Content completeness: partial
Package mode: analysis_ready
Logical upstream opportunity: fm_0004hp
Current notice: e3ec65fded6a4225b2b89d56c06a4531
Prior notices:
- 0682ff34070d47b6afa8891653b713ef
- c833fc6f6d84411da03f21b288afec49