Skip to content
Department of Defense

Temporary Boiler Services

Solicitation: PANMCC26P0000039257
Notice ID: e19674b1a8af455387b84b23fde2653a
TypeSources SoughtNAICS 532490PSCW045Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateNYPostedApr 07, 2026, 12:00 AM UTCDueApr 14, 2026, 02:00 PM UTCCloses in 7 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Apr 14, 2026. Industry: NAICS 532490 • PSC W045.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: PANMCC26P0000039257. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 532490 (last 12 months), benchmarked to sector 53.

12-month awarded value
$7,260,400
Sector total $2,001,821,360 • Share 0.4%
Live
Median
$56,735
P10–P90
$27,875$661,991
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+231%($3,888,073)
Deal sizing
$56,735 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NY
Live POP
Place of performance
West Point, New York • 10996 United States
State: NY
Contracting office
West Point, NY • 10996-1514 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NY20260005 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New York • Chemung, Schuyler
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
+66 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 66 more rate previews.
Davis-BaconBest fitstate match
NY20260005 (Rev 1)
Open WD
Published Jan 30, 2026New York • Chemung, Schuyler
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
Rate
BOILERMAKER
Base $39.35Fringe $33.18
+65 more occupation rates in this WD
Davis-Baconstate match
NY20260047 (Rev 1)
Open WD
Published Jan 30, 2026New York • Allegany
Rate
CEMENT MASON/CONCRETE FINISHER
Base $38.63Fringe $25.05
Rate
Carpenter and Piledriver HEAVY AND HIGHWAY CONSTRUCTION Carpenter
Base $38.18Fringe $26.11
Rate
Piledriver
Base $41.66Fringe $28.46
+34 more occupation rates in this WD
Davis-Baconstate match
NY20260036 (Rev 1)
Open WD
Published Jan 30, 2026New York • Cayuga
Rate
coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement
Base $43.25Fringe $27.29
Rate
F WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system
Base $38.50Fringe $25.04
Rate
BOILERMAKER
Base $35.23Fringe $26.61
+29 more occupation rates in this WD
Davis-Baconstate match
NY20260024 (Rev 1)
Open WD
Published Jan 30, 2026New York • Tompkins
Rate
BRICKLAYER BUILDING CONSTRUCTION Bricklayers, Cement Masons, Stone Masons, Pointers, Caulkers and Cleaners
Base $33.68Fringe $29.89
Rate
Marble Masons, Tile Layers and Terrazzo Workers
Base $33.68Fringe $29.89
Rate
CEMENT MASON/CONCRETE FINISHER HEAVY/HIGHWAY CONSTRUCTION Cement Masons
Base $38.63Fringe $25.05
+25 more occupation rates in this WD

Point of Contact

Name
Lakenia M. Brown
Email
lakenia.m.brown.civ@army.mil
Phone
5206878138

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • MISSION INSTALLATION CONTRACTING COMMAND • FDO EUSTIS • W6QM MICC-WEST POINT
Contracting Office Address
West Point, NY
10996-1514 USA

More in NAICS 532490

Description

THIS IS A Sources Sought Notice ONLY.  The U.S. Government desires to procure Temporary Boiler Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside.  Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.  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.

This notice is issued solely for information and planning purposes – it 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.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry.  It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.  The anticipated NAICS code(s) is: 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing with a size standard of $40 Million.

A continuing need is anticipated for Temporary Boiler Services. Attached is the draft Statement of Work (SOW).

In response to this sources sought, please provide:

1.  Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2.  Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3.  Information in sufficient detail regarding 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. 

4.  Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5.  Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6.  Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.    Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7.  Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.