Notice of Intent to Award to Sole Source - 20' Container Standby / 15kw Generator
Presolicitation from CENTERS FOR DISEASE CONTROL AND PREVENTION • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: AK. Response deadline: Mar 28, 2026. Industry: NAICS 333415 • PSC W041.
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 36 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 333415
Description
•The Centers for Disease Control and Prevention (CDC) intends to award a sole source, firm fixed price contract to DALTON REFRIGERATION LEASING AND SALES LLC.
•This contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) (SAP) and 41 U.S.C. 3304(a)(1). The North American Industry Classification System code for this procurement is 333415 for Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing. Interested persons may identify their interest and capability to respond to the requirement or submit proposals.
•This notice of intent is not a request for competitive proposals; however, all responses received within fifteen (15) days of the issuance of this notice will be considered by the government. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any quotation/response should be emailed to the contract specialist Ruben Reyes at qmz3@cdc.gov by 06:00AM, March 28, 2026.
The Government requires access to a commercial off-the-shelf (COTS) refrigerated container capable of providing temporary freezer storage support on an as-needed basis. The container must be able to meet the Government’s operational response requirements and storage specifications.
The required equipment must meet the following specifications:
- Twenty-four-foot refrigerated container with approximately 1,125 cubic feet of storage capacity
- Internal temperature monitoring system capable of maintaining stable temperatures of -30°F with indefinite operation at -20°F
- Ability to operate using a pin-mounted generator, eliminating the need for shore power
- Fuel capacity of approximately 120 gallons, capable of operating up to six days before refueling
- Stacked shelving configuration to support storage of samples currently housed in an existing walk-in freezer
- Rapid response capability, with delivery and operational readiness within 4 to 8 hours of Government request
The Government requires the container to be commercially available (COTS) and suitable for temporary deployment on an as-needed basis.
Market research was conducted by the program office. The research included contacting multiple companies capable of providing refrigerated container units and maintenance services, as well as reviewing available industry resources and General Services Administration (GSA) contract vehicles.
Based on the market research conducted, multiple companies were identified that can provide refrigerated container units and related maintenance services. However, only one source was identified that appears capable of meeting all of the Government’s operational requirements, including the required commercial off-the-shelf configuration, rapid 4–8 hour response time, and temperature monitoring capability of -30°F.
This notice is issued for market research and transparency purposes and is not intended to restrict competition. Interested vendors capable of meeting all stated requirements are encouraged to respond.
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.