- 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
Refrigerant and Test Site Parts (Blanket Purchase Agreement)
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 17, 2026. Industry: NAICS 333415.
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 333415 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 333415
Description
Sources Sought
The Army Contracting Command, Redstone Arsenal (ACC-RSA) at Letterkenny Army Depot (CCAM-MSD-D) is issuing this Sources Sought/Request for Information as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the supply of refrigerant and test site parts and materials to support maintenance and repair operations via Blanket Purchase Agreements (BPAs). See attached Parts list and Purchase Description. The BPA will utilize, but is not limited to, the following Product Service Codes (PSCs): 2920, 4130, 4140, 4310, 4710, 4730, 4810, 5920, 5925, 5930, 5935, 5940, 5945, 5950, 5975, 6105, 6110, 6135, 6145, 6240, 6680, 6685, 6830, and 7510. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. The small business standard is 1,250 employees.
There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. If interested in being a BPA holder, the contractor SHALL provide the information below and provide pricing information. The sole purpose of this request is to locate qualified, experienced, and interested potential sources.
If your organization is interested in becoming a BPA holder and has the potential capacity to provide these products, please provide the following information:
- Business name, mailing address, email address, website address, Point of Contact (POC), telephone number
- Business size, any socioeconomic status (i.e. HUB Zone,8(a) Veteran-Owned, Women-Owned, etc.), company Cage Code, UEI and DUNS number, type of ownership for the organization
- Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements
- The NAICS code(s) and PSCs/FSCs your company usually performs under Government contracts
- Past performance with Government agencies for similar items.
- Completion and submission of the attached “Parts Listing and Capabilities Statement”. *NOTE: Pricing must remain valid for one year after the Blanket Purchase Agreement is established and any agreement holders will have the opportunity to update their pricing on an annual basis.
The Government will evaluate market information to ascertain potential market capacity to provide products consistent in scope and scale with those described in this notice and otherwise anticipated.
Based on the responses to this sources sought, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) in order to be awarded Government contracts.
Submission Instructions: Interested parties who consider themselves qualified to provide the listed products and become BPA holders are invited to submit a response to this Sources Sought by 17 March 2026 at 1300 Eastern Time. The response/statement of capabilities must be complete and sufficiently detailed to allow the Government to determine the contractor’s qualifications. All responses under this Sources Sought must be emailed to Danielle Rhone, Contract Specialist at danielle.r.rhone.civ@army.mil.
If you have any questions concerning this opportunity please contact: Danielle Rhone, Contract Specialist at danielle.r.rhone.civ@army.mil or 717-267-8480.
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.