Skip to content
Department of Health and Human Services

Notice of Intent to Award to Sole Source - 20' Container Standby / 15kw Generator

Solicitation: 96335
Notice ID: ef308ed71ad24fe8a6fa378fbe9f28bc

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.

12-month awarded value
$8,845,419
Sector total $24,330,008,745 • Share 0.0%
Live
Median
$67,423
P10–P90
$41,081$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+2357%($8,153,454)
Deal sizing
$67,423 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 AK
Live POP
Place of performance
Anchorage, Alaska • 99508 United States
State: AK
Contracting office
Atlanta, GA • 30333 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
AK20260006 (Rev 0)
Match signal: state matchOpen WD
Published Jan 16, 2026Alaska • Anchorage, Bethel, Bristol Bay +16
Rate
CARPENTER North of 63 Latitude
Base $50.79Fringe $26.32
Rate
South of N63 Latitude
Base $50.79Fringe $26.86
+36 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 36 more rate previews.
Davis-BaconBest fitstate match
AK20260006 (Rev 0)
Open WD
Published Jan 16, 2026Alaska • Anchorage, Bethel, Bristol Bay +16
Rate
CARPENTER North of 63 Latitude
Base $50.79Fringe $26.32
Rate
South of N63 Latitude
Base $50.79Fringe $26.86
Rate
CEMENT MASON/CONCRETE FINISHER
Base $49.28Fringe $22.28
+35 more occupation rates in this WD
Davis-Baconstate match
AK20260005 (Rev 0)
Open WD
Published Jan 02, 2026Alaska • Bethel, Bristol Bay, Dillingham +9
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $53.23Fringe $29.50
Rate
GROUP 1A
Base $55.33Fringe $29.50
Rate
GROUP 2
Base $52.32Fringe $29.50
+31 more occupation rates in this WD
Davis-Baconstate match
AK20260003 (Rev 0)
Open WD
Published Jan 02, 2026Alaska • Denali, Fairbanks North Star, Nome +3
Rate
POWER EQUIPMENT OPERATOR (1)Backhoe: 3 yards and under
Base $53.23Fringe $29.50
Rate
Bulldozer
Base $53.23Fringe $29.50
Rate
Mechanic
Base $53.23Fringe $29.50
+11 more occupation rates in this WD
Davis-Baconstate match
AK20260004 (Rev 0)
Open WD
Published Jan 02, 2026Alaska • Anchorage
Rate
CARPENTER (excluding drywall hanging and batt and blown insulation)
Base $15.85Fringe $0.00
Rate
including cement finishing)
Base $21.30Fringe $0.00
Rate
ELECTRICIAN
Base $22.99Fringe $0.00
+7 more occupation rates in this WD

Point of Contact

Name
Ruben Reyes
Email
qmz3@cdc.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
CENTERS FOR DISEASE CONTROL AND PREVENTION
Subagency
CDC OFFICE OF ACQUISITION SERVICES
Office
Not available
Contracting Office Address
Atlanta, GA
30333 USA

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.

No downloadable attachments detected for this notice.

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.