Navigate the lattice: hubs for browsing, trends for pricing signals.
Sources Sought Synopsis
Test and Balance Services
Medical Center of Excellence (MEDCOE) / Animal Care and Use Program (ACUP)
W9124J-26-Q-TEST
THIS IS A Sources Sought Synopsis (SSS) ONLY. The U.S. Government intends to award a non- personal services contract to test and balance a hydronic system using a firm certified for testing and balancing by the Associated Air and Balance Council (AABC), National Environmental Balancing Bureau (NEBB) or the Testing, Adjusting, and Balancing Bureau (TABB). The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to test and balance the hydronic system, (to include but not limited to Variable Air Volume (VAVs), Air Handling Units (AHUs), Exhaust Fans (EFs), Ceiling Fans (CFs), Utility Set (UF) and HVAC flow quantities.
The Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) is requesting information from industry regarding Testing and Balancing a Hydronic System in accordance with (IAW) the attached Performance Work Statement (PWS) draft. The government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, we encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women- Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Be advised that the U.S. Government is unable to set aside this requirement if two (2) or more small businesses do not respond with information to support a set-aside.
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this SSS. The U.S. Government will not pay for anyinformation or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely at the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE) located at SAM.gov. Potential offerors are responsible for monitoring the GPE for additional information pertaining to this requirement.
The anticipated North American Industry Classification System (NAICS) code is 238220 – Plumbing, Heating, and Air-Conditioning. The size standard for this NAICS code is $19M. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why.
Anticipated Period of Performance: 60 Days.
RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF
CAPABILITIES: Interested Offerors having the required specialized capabilities/ qualifications to support some or all the work described in the draft PWS are asked to answer the following questions and submit a capability statement.. In response to this SSS, vendor responses are limited to five (5) written pages (PDF or MS Word Format) and should include:
4. Please provide information in sufficient detail regarding any relevant previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
5. Provide information to help determine if the service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing and catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquire the identified services.
Questions for this sources sought synopsis shall be submitted on or before 12:00 P.M. CDT on 26 January 2026. Government response will be provided within five (5) business days after receipt of all questions. All questions MUST be in writing. Verbal questions will not be accepted.
Responses to this sources sought synopsis shall be submitted on or before 12:00 P.M. CDT on 3 February 2026 via email to Monica Jackson, Contract Specialist at monica.e.jackson4.civ@mail.mil and cc LaTasha Cardwell, Contracting Officer at latasha.s.cardwell2.civ@army.mil. No telephonic or fax responses will be accepted.
Correspondence and responses shall reference W9124J-26 Q-TEST in the subject line.
Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm’s potential to fulfil our requirements as depicted in the draft PWS. Respondents will not be notified of the results of the evaluation. The Government will not return any information submitted in response to this notice.
Primary Point of Contact:
Monica Jackson
Contract Specialist
Email: monica.e.jackson4.civ@army.mil
Secondary Point of Contact:
LaTasha Cardwell
Contracting Officer
Email: latasha.s.cardwell2.civ@army.mil
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.