Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2025 SAM #8747
SOURCES SOUGHT

41 -- Engineering Services, Technical Services, Manufacturing Services and Equipment Procurement Services for Navy Air Conditioning and Refrigeration (AC&R) Systems

Notice Date
11/5/2025 12:48:11 PM
 
Notice Type
Sources Sought
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-25-RFPREQ-PD-41-0402_SourcesSought
 
Response Due
11/20/2025 3:00:00 PM
 
Archive Date
11/21/2026
 
Point of Contact
Nicole Canfield
 
E-Mail Address
nicole.i.canfield.civ@us.navy.mil
(nicole.i.canfield.civ@us.navy.mil)
 
Description
Sources Sought Notice N64498-XX-X-XXXX Engineering Services, Technical Services, Manufacturing Services and Equipment Procurement Services for Navy Air Conditioning and Refrigeration (AC&R) Systems Scope: The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) anticipates a Basic Ordering Agreement (BOA) requirement for engineering services, technical services, specialized subcontractor services, and materials to support air conditioning and refrigeration systems. Additionally, approximately 50 New Construction HFC-134a High Efficiency Super Capacity (HESC) Air Conditioning (AC) Plants and HFC-134a HESC Chiller Backfit Kits in support of the increased demand of chilled water cooling across various ship classes throughout midlife efforts. The NAICS: Primary North American Industry Classification System (NAICS) code for this procurement is 333415 for material and 541330 for incidental services. Contract Type: A Basic Ordering Agreement (BOA) is anticipated. Period of Performance: The anticipated order period will span 5 (60 months) beginning at the time of award. It is anticipated that the Request for Proposal (RFP) will be issued in June 2026. Incumbent: Johnson Controls Navy Systems, LLC. (JNCS) (Sole-Source Provider) Submission of Responses: It is requested that all interested parties respond with a Capability Statement of a maximum of 5 pages. Requirement Summary: It is the Government's intention to procure these supplies and services utilizing Other than Full and Open Competition, from JNCS, IAW FAR 6.302-1, as only JNCS can meet the Government's requirements. In order to ensure compatibility and conformity with existing systems/programs, there is a need to procure these HESC�s and engineering services from JNCS as they are developed, designed, and solely produced by JNCS. NSWCPD intends to issue a solicitation to the specified vendor to meet mission requirements. Prior to issuing a sole source solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. Interested businesses are invited to submit capability statements with specific information regarding contractor�s ability to provide the required supplies and services to meet NSWCPD�s requirements: approximately 50 New Construction HFC-134a High Efficiency Super Capacity (HESC) Air Conditioning (AC) Plants and HFC-134a HESC Chiller Backfit Kits in support of the increased demand of chilled water cooling across various ship classes throughout midlife efforts. A HESC AC Plant shall include a Chiller assembly, Variable Speed Drive (VSD) cabinet and Electromagnetic Interference (EMI) Filter cabinet. The planned acquisition will also include line items for the HESC auxiliary components kit, Maintenance Assistance Modules (MAMs) kits, Mityvac and Mityvac kit, On Board Repair Parts, Refrigerant Receiver, refrigerant, nitrogen, Refrigeration Special Tools Kit, and Installation and Checkout Spares (INCOS). The Capability Statement shall succinctly address the following item to demonstrate the Contractor�s capability to perform the requirements (see Requirement Summary above): The Contractor�s capacity, or potential approach to achieving capacity, to conduct the requirements of the tasking. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude and technical knowledge/ability to complete the tasking described above. Demonstrated capacity may include citing and describing the same or similar relevant performance, but does not limit the interested Contractor�s approach to demonstrate capability. Response Date: November 20th, 2025 NOTE: Only information provided in the written Capability Statement shall be considered. Capability Statements shall be submitted via e-mail to: Nicole.i.canfield.civ@us.navy.mil by 1800 EST, November 20th, 2025. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A TASK ORDER AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a5826018ff3c4bbe87229a582045e1c5/view)
 
Place of Performance
Address: Philadelphia, PA 19112, USA
Zip Code: 19112
Country: USA
 
Record
SN07636328-F 20251107/251105230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.