U--Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.
ID: N6247016T8010Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

PSC

EDUCATION AND TRAINING (U)
Timeline
    Description

    Notice of Intent to Sole Source - Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 Training, ASHRAE, Inc.

    The Department of Defense, specifically the Department of the Navy, through the Naval Facilities Engineering Command, intends to award a sole source contract to the American Society of Heating Refrigerating and Air Conditioning Engineers, Inc. (ASHRAE). The contract is for the provision of two ASHRAE courses: Humidity Control: Principles and Applications, and Complying with Standard 90.1-2013. These courses will be conducted at six different locations: NAVFAC NW (Silverdale, WA), NAVFAC Atlantic (Norfolk, VA), NAVFAC Pacific (Pearl Harbor, HI), NAVFAC SE (Jacksonville, FL), NAVFAC Washington (Washington, DC), and NAVFAC SW (San Diego, CA).

    The purpose of this procurement is to provide training on humidity control principles and applications, as well as compliance with Standard 90.1-2013. These courses are essential for ensuring proper HVAC system operation and energy efficiency in various naval facilities across the country. The training will equip personnel with the necessary knowledge and skills to effectively manage humidity levels and comply with industry standards.

    This procurement falls under the Special Notice category and meets the conditions of FAR 13.106-1(b)(1), which allows for a sole source contract when only one responsible source is reasonably available to provide the required supplies. It is important to note that this Notice of Intent is not a request for Expressions of Interest (EOIs), proposals, or quotations. No solicitation documentation exists, and no telephone inquiries will be accepted.

    The North American Industry Classification System (NAICS) Code for this procurement is 611430, Professional and Management Development Training. The Small Business size standard is $11 million. ASHRAE, being a large business, is the identified source for this requirement.

    Interested parties may submit a statement of capabilities if they believe they can meet the requirement. However, it is crucial to provide clear and convincing evidence that competition would be advantageous to the Government. The Government will be the sole determiner regarding a company's ability to meet all requirements.

    If no responses are received within two weeks after the publication of this notice, a firm fixed price sole source award will be made to ASHRAE. The anticipated award date is 7 April 2016.

    For further information or to submit a statement of capabilities, interested parties should contact Amber Forehand-Hughes at amber.forehand@navy.mil or call 757-322-8336.

    Please note that the Government does not intend to pay for any information provided under this notice. The decision to not compete this proposed contract is solely within the discretion of the Government.

    In summary, the Department of Defense, Department of the Navy, intends to award a sole source contract to ASHRAE for the provision of Humidity Control: Principles and Applications and Complying with Standard 90.1-2013 training courses. These courses will be conducted at six different locations to ensure proper humidity control and compliance with industry standards in naval facilities.

    Point(s) of Contact
    Amber Forehand-Hughes 757-322-8336
    Files
    No associated files provided.
    Similar Opportunities
    SOLE SOURCE – SANs TRAINING
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure specialized training services for SANs (Storage Area Networks) under a sole source justification. This procurement aims to enhance the technical capabilities of personnel involved in IT and telecom business applications, particularly focusing on perpetual license software. The training is critical for ensuring operational efficiency and security within the Navy's IT infrastructure. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a Sole Source contract to AECOM Technical Services, Inc. for architect-engineer services related to the renovation of the Corrosion Control Facility at the 128th Air Refueling Wing in Wisconsin. The contract will encompass Code and Criteria Review along with an option for Type C services, justified as a logical follow-on to a previous order that AECOM executed, which included Type A and B services for the facility's design. This procurement is critical to ensure continuity and mitigate performance and liability risks associated with transitioning to a new contractor, as AECOM is already familiar with the original designs and specifications. Interested parties may submit their interest and product information by 12:00 PM CST on December 10, 2025, via email to Mark Tonkinson at mark.tonkinson.2@us.af.mil.
    J041--J041--Notice of Intent to Sole Source Support for JCI Metasys Building Automation System (BAS)
    Buyer not available
    The Department of Veterans Affairs, specifically the National Contracting Office No. 16, intends to award a sole-source contract to Johnson Controls, Inc. (JCI) for support services related to the Metasys Building Automation System (BAS) at the Overton Brooks VA Medical Center in Shreveport, LA. The contract will cover on-site scheduled services, including upgrades from Revision 12 to 14, preventative and corrective maintenance, and functional training for VA HVAC technicians, with a focus on maintaining the integrity of the existing system. This procurement is critical as JCI is the original equipment manufacturer, ensuring that the services provided meet the specific requirements of the existing equipment. Responses to this notice are due by December 9, 2025, at 10:00 AM CST, and interested parties may contact Alan Scanio, the Contract Specialist, via email at alan.scanio@va.gov for further information.
    J041--Intent to Sole Source for Emergent Chiller Repairs Ann Arbor VA Healthcare System LTC Charles S. Kettles VA Medical Center
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to award a sole-source, firm-fixed-price contract for emergency chiller repair services at the Ann Arbor Healthcare System, specifically at the 2215 Fuller Road facility in Ann Arbor, MI. The contract will be awarded to Johnson Controls, Inc., which is responsible for the existing equipment, due to the unusual and compelling urgency of the repairs, as outlined in FAR 13.106-1(b)(2) and FAR 6.302-2(a)(2). This procurement is critical for maintaining the operational integrity of the VA's healthcare services, ensuring that essential cooling systems are promptly restored. Interested parties can direct inquiries to Contracting Officer Cierra S. Joshua at Cierra.Joshua@va.gov or by phone at 734-222-7154, noting that no solicitation package will be available due to the urgent nature of the services required.
    66--INDICATOR,HUMIDITY,, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for 27 units of humidity indicators under a presolicitation notice. The procurement involves a firm-fixed price contract for the repair of specific part numbers, with the government indicating that it does not own the necessary data or rights to purchase or reverse engineer these parts from other sources. This requirement is critical for maintaining operational capabilities, as the humidity indicators play a vital role in various defense applications. Interested parties must submit their proposals or capability statements within 45 days of the notice, and for further inquiries, they can contact Leo Dougherty at (717) 605-4614 or via email at LEO.T.DOUGHERTY3.CIV@US.NAVY.MIL.
    Intent for Sole Source Procurement of Accreditation Services for Graduate Medical Education
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to the Accreditation Council for Graduate Medical Education (ACGME) for accreditation services related to its graduate medical education programs. This contract, set to begin on January 1, 2026, will cover a one-year period and is essential for ensuring that DHA's residency and fellowship programs meet the necessary educational standards for training physicians. ACGME, as the sole accreditor for graduate medical education in the United States, plays a critical role in maintaining the quality of medical training and ultimately the safety and quality of care provided to patients. Interested parties can reach out to John J. Kelley at john.j.kelley36.ctr@health.mil or 703-681-7226, or Cherish Young at cherish.d.young2.civ@health.mil or 703-681-7270 for further information.
    Acupuncture Training for Walter Reed Medical Staff
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source, firm-fixed-price contract to ACUMED-ORG, LLC for Integrated Structural Acupuncture Training for 12 Department of Defense (DoD) attendees at Walter Reed National Military Medical Center (WRNMMC). This training aims to certify medical staff in acupuncture techniques to enhance pain management for military beneficiaries, supporting the National Capital Region Pain Initiative. Interested parties may submit statements of capabilities to demonstrate their ability to provide the required training by December 12, 2025, at 10:00 AM EST, via email to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil. This notice is not a request for competitive proposals, and the contract will be awarded under FAR 13.106-1 (b)(1) for purchases not exceeding the simplified acquisition threshold.
    Navy Inn Repair Conference Room HVAC
    Buyer not available
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the Conference Room HVAC System at the Navy Gateway Inns and Suites (NGIS) Oceana in Virginia Beach, Virginia. The project involves inspecting, removing, and replacing non-functional HVAC components to restore full operational capability, with a completion timeline of 21 calendar days from the Notice to Proceed. This contract, estimated at less than $25,000, is funded by Navy Non-Appropriated Funds and requires compliance with various safety and building codes, along with a one-year warranty on the work performed. Interested contractors must submit their quotes by December 9, 2025, at 3:00 PM ET, and are encouraged to conduct a site visit prior to submission. For further inquiries, contact Kaitlyn Garcia at kaitlyn.garcia@nexweb.org or Leanat Delacruz at leanat.delacruz@nexweb.org.
    Facility Related Control Systems (FRCS) building heating, ventilating and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC NW Region
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Northwest, is seeking procurement for Facility Related Control Systems (FRCS) specifically focusing on building heating, ventilating, and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC Northwest Region. The objective of this procurement is to enhance the efficiency and control of HVAC systems, which are critical for maintaining optimal environmental conditions in military facilities. The place of performance for this contract will be in Silverdale, Washington, with Barbara Young as the primary contact for inquiries, reachable at barbara.a.young1.civ@us.navy.mil or by phone at 360-396-0210. Interested parties should refer to the attached Class J&A for further details regarding the justification and requirements of this opportunity.
    4120--HVAC Controls Equipment - Install
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for the installation of Direct Digital Control (DDC) equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This procurement is necessitated by the proprietary nature of Johnson Controls' Metasys system and control equipment, which has been confirmed through market research as the only responsible source capable of fulfilling the agency's requirements. Interested parties may express their interest and capability to meet this requirement by submitting compelling evidence to the primary contact, Andrew T Misfeldt, at andrew.misfeldt@va.gov by 10:00 AM CST on December 15, 2025. The estimated value of this acquisition is below $250,000, and it is crucial for potential vendors to be registered in the System for Award Management (SAM) and the VetBiz Registry if applicable.