TEST MAINTENANCE FABRICATION FACILITY, ABERDEEN PROVING GROUND, MARYLAND
ID: PANNAD25P000002613Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST BALTIMOREBALTIMORE, MD, 21201-2526, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF TESTING AND MEASUREMENT BUILDINGS (Y1JB)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 3:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, Baltimore District, is conducting a Sources Sought notice for the construction of a Test Maintenance Fabrication Facility at Aberdeen Proving Ground, Maryland. This project will include specific brand name equipment, such as a fire department radio transmitter from AES Corporation, chillers from York Company, and METASYS HVAC controls from Johnson Controls, all of which are essential for compliance with safety and operational standards. The procurement aims to assess the market for potential sources capable of providing these brand name items or equivalent alternatives, with responses due by April 9, 2025, at 11:00 AM EDT. Interested vendors should submit their capability statements and supporting documentation to Contract Specialist Amber Rose via email at amber.l.rose@usace.army.mil.

Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Enterprise Fire Alarm Control Panel (FACP) Systems
Buyer not available
The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking industry feedback through a Sources Sought Notice for the procurement of Fire Alarm Control Panel (FACP) systems. The objective is to standardize these systems across all Army installations within the Continental United States, Alaska, Puerto Rico, Hawaii, and select overseas locations, reducing the number of manufacturers from thirty-eight to four—Honeywell, Johnson Control, Monaco, and Siemens—to enhance cost efficiency and operational effectiveness. This initiative aims to streamline procurement processes for replacements or new installations under Firm-Fixed-Price contracts, while also inviting responses from firms capable of providing comparable products. Interested parties should direct inquiries to Brayden Lazenby at brayden.v.lazenby.civ@army.mil or Sylvia Farmer at sylvia.farmer.civ@army.mil, with responses encouraged by the specified deadline to facilitate clarity in the contracting process.
LRSO Hardware Software Development Facility at Eglin AFB, FL - Honeywell Notifier Onyx FACP & Cummins Back Up Generator
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is seeking sources for the procurement of Honeywell Notifier Onyx Fire Alarm Control Panels (FACP) and Cummins electrical power generators for the FY-25 Long Range Standoff (LRSO) Hardware/Software Development and Test Facility at Eglin Air Force Base, Florida. This facility, spanning 11,000 square feet, will support advanced hardware and software development, testing, and evaluation, playing a critical role in national security and the fielding of advanced programs for the warfighter. Interested firms must provide product data and a written statement of compliance with the specified requirements by 5:00 PM CDT on April 15, 2025, to the designated contacts, Leigh Dedrick and Stephanie M. Scalise, via email. This notice is not a request for proposals but a market survey to identify potential sources for the required equipment.
Amendment 0008 to Request for Proposal W912DW25R0017 Aircraft Paint Shop
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of an Aircraft Paint Shop at Joint Base Lewis-McChord in Washington, with a focus on expanding an existing facility by 5,964 square feet. This project requires adherence to specific brand name or equal specifications for the Monaco Fire Alarm Radio Building Transceiver, which is essential for effective communication within the existing fire alarm reporting framework, ensuring compliance with Department of Defense standards and sustainability requirements. The estimated project cost is approximately $7.9 million, with a construction timeline of 540 calendar days, and proposals are due by April 17, 2025, at 2:00 PM PDT. Interested bidders can contact Russell Armstrong at russell.j.armstrong@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further information.
FT BRAGG HVAC STANDARDIZATION
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking information from contractors regarding the standardization of Heating, Ventilation, and Air Conditioning (HVAC) chillers for future construction projects at Fort Bragg, North Carolina. This Request for Information (RFI) aims to notify potential suppliers of the government's intent to include brand name specifications for HVAC chillers in upcoming solicitations, which may involve new construction or renovation projects executed under the Installation & Management Command's Category Management Program. The standardization initiative is designed to enhance operational efficiency, reduce costs, and streamline maintenance processes across Army installations. Interested contractors must submit their responses by April 15, 2025, at 2:00 p.m., including their business size, bonding capability, and active registration in the System for Award Management (SAM), to John Hill at john.t.hill@usace.army.mil.
Cybersecurity Operations Facility
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the construction of a new Cybersecurity Operations Facility at Fort Meade, Maryland. This three-story facility will serve the Navy and Marines, featuring secure open office spaces, operational areas, a large server area, and mission support areas including executive offices and training spaces, all equipped with redundant mechanical and electrical systems. The project is critical for enhancing cybersecurity operations and ensuring secure communications within military operations. Interested contractors can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further details, with amendments to the solicitation having been issued on April 7 and April 10, 2025.
HB3 Heater
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to replace the outdated HB3 process air heater and its associated components at Arnold Air Force Base in Tennessee. The procurement aims to modernize the existing heating system, which is over 60 years old and poses significant safety risks, by designing, fabricating, and installing a new system while also modifying the building to improve space and access. This initiative is critical for enhancing operational efficiency and safety, with the selected contractor required to provide detailed design activities, as-built verification, and a comprehensive Quality Control Plan. Interested vendors must respond to the sources sought notice by April 17, 2025, and can direct inquiries to Greggory Jones at greggory.jones.4@us.af.mil.
Portacount Automated Test Facility (PATF) Specialized Equipment
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential sources to supply specialized equipment for the Portacount Automated Test Facility (PATF). The procurement includes four specific items: a Differential Mobility Analyzer, four modernized PortaCount Plus units, a Condensation Particle Counter, and an Electrostatic Classifier, all intended for shipment to the TMDE Support Center in Camp Carroll, Korea. This initiative is part of the Army's efforts to enhance its testing and diagnostics capabilities, ensuring operational readiness and compliance with military standards. Interested vendors are invited to submit white papers detailing their capabilities by April 18, 2025, and should direct inquiries to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Lisa Armes at lisa.s.armes.civ@army.mil.
USACE SPK DB Construction - DDJC Tracy Mass Notification and Fire Alarm Integration, Tracy, California
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the design and construction of an integrated mass notification and fire alarm system at the Tracy Army Depot in California. The project aims to replace and/or combine existing disparate systems from three different manufacturers, ensuring interoperability and compatibility among all equipment, while also installing a backup receiving system in an additional building. This initiative is critical for enhancing safety and operational efficiency at the depot, with a construction magnitude estimated between $10 million and $25 million. Interested contractors should contact Jennifer Wheelis at jennifer.l.wheelis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further details, and note that the bid due date has been extended as per Amendment 0001 issued on April 4, 2025.
Maintenance and Support Contract for KAF Apache Program
Buyer not available
The U.S. Army Corps of Engineers (USACE) is conducting a Sources Sought announcement to identify qualified parties capable of supporting the Kuwait Ministry of Defence's Sustainment, Restoration, and Modernization (SRM) Program for the Kuwait Air Force (KAF) Apache Operations and Maintenance program. This opportunity aims to gather information on industry capabilities to fulfill the requirements for maintenance and support services, which are critical for the operational readiness of the KAF Apache fleet. Interested vendors are invited to submit a Statement of Capabilities by April 21, 2025, at 10:00 AM EST, with submissions directed to the Contracting Officer, Eric Caruso, and Contract Specialist, Mikayla Shanholtzer, via their respective email addresses. This announcement does not constitute a Request for Proposal, and the government assumes no financial responsibility for costs incurred in response to this market survey.
INTENT TO SOLICIT ONLY SOURCE-Army Research Laboratory (ARL) requires a Thermal Technology LLC Technician to install the H2 upgrade Kit on DCS200 Furnace System and return the following week to perform testing to ensure optimal safe operation.
Buyer not available
The Department of Defense, through the Army Research Laboratory (ARL), intends to solicit a single-source procurement for services from Thermal Technology LLC to install a Dry H2 Upgrade Kit on the Direct Current Sintering (DCS) 200 Furnace System located at Aberdeen Proving Ground, Maryland. The selected technician will be responsible for the installation and subsequent testing to ensure the furnace operates safely and optimally. This procurement is critical for maintaining the functionality and safety of specialized laboratory equipment used in defense research and development. Interested contractors must submit their proposals within five business days of the posting, with the contract expected to be awarded shortly thereafter, and can direct inquiries to Meghan Dumler at meghan.d.dumler.civ@army.mil or Zachary Dowling at zachary.a.dowling2.civ@army.mil.