- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Supply and Delivery of six (6) Riello Heating Boilers and six (6) Riello Heating Burners to Aviano Air Base, IT
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: Aviano, Pordenone • Italy. Response deadline: Apr 20, 2026. Industry: NAICS 333414 • PSC 4410.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 333414 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 333414
Description
This Sources Sought is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the US Air Force. The US Air Force will use this market research information to assess the market's capability to successfully meet the Air Force's requirements for the acquisition and delivery of Riello Heating Boilers and Burners to Aviano Air Base, Italy.
The following boilers and burners are required:
3x Riello Caldaia Free Standing Boiler, Model: RTS 217 3S
3x Riello Free Standing Boiler, Model: RTS 255 3S
3x Riello Gulliver BS3D Two-Stage Low NOx Gas Burner
3x Riello Gulliver BS4 Single-Stage Gas Burner, 1/230/50
Sources Sought Response Requirements
Responses to this notice shall be limited to ten pages (excluding marketing literature and/or technical data sheets ) and must include:
- A capability statement in response to the technical requirements described above
- Organization name, and telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives.
- Commercial pricing list(s) or other pricing information, if applicable and available.
- Customary practices, including warranties, discounts, and contract type(s) under which commercial sales of the products or services are made, if applicable and available.
DUNS number, CAGE code, and company structure. Note: Written confirmation of registration in SAM (www.sam.gov). Offerors are required to be registered to be considered as a source.
Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the US Air Force's review of the information received. Additionally, the US Air Force does not intend to hold discussions concerning this Sources Sought with any interested parties. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. However, the US Air Force reserves the right to contact one or more of the respondents if additional information is required or to request demonstrations.
Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation if issued. This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
All interested sources may submit a response via email to 2d Lt Michael Keith, Contract Specialist at michael.keith.18@us.af.mil or Melissa Maurhart at melissa.maurhart.it@us.af.mil and are due no later than 20 April 2026 at 12:00 PM, Central European Time. No telephone calls will be accepted.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.