Buildings 5B, 26, 53C Air Handling Units (AHU) Replacement
Sources Sought from FOOD AND DRUG ADMINISTRATION • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: AR. Response deadline: Feb 27, 2026. Industry: NAICS 236220 • PSC Z2PZ.
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236220
Description
MARKET RESEARCH PURPOSES ONLY
NOT A REQUEST FOR PROPOSAL OR SOLICITATION
The U.S. Food and Drug Administration (FDA) is conducting market research to support the Office of Facilities Engineering and Mission Support Services (OFEMS), requirement to provide Jefferson Lab Campus Bldgs. 5B, 26, 53C Air Handling Units (AHU) Replacement.
This is a request for information along with a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a RFP package or solicitation. There is no RFP package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given.
The FDA is seeking sources to determine the availability and capability of businesses capable of providing the required AHU replacement services as described herein. All business sources are encouraged to submit capability statements including small business concerns. The following information is provided to assist the FDA in conducting Market Research to identify potential sources for this effort. The announcement is to help the FDA understand the industry best practices and technical solutions capable of providing the full range of construction services described in this announcement.
The associated North American Industry Classification System (NAICS) Code is 236220 – Commercial and Institutional Building Construction; Small Business Size Standard is $45 million.
Background and Purpose:
The existing HVAC air handling units (AHU) in Buildings 5B, 26, 53C on the Jefferson Lab Campus has exceeded the end of their useful life and requires replacement. See draft drawings for magnitude and scope of the project.
Scope:
Building 5B
• Demolition of existing air handlers and electrical, associated equipment, controls, duct transitions, piping packages, etc.
• Installation of new air handling units with all piping, ductwork needed for connection to existing services.
• Extend existing equipment pad as needed for the equipment.
• New HVAC controls to be included within the project for each air handling unit. Controls to be integrated into the campus EMS system.
Building 26
• Phased Replacement: With limited space in the mechanical room of building 26, two of the three units will have to be down throughout the project so that access can be provided for the new equipment to be brought into the room and installed. One unit can and will have to remain in operation for the duration of the project.
• New HVAC controls to be included within the project for each air handling unit. Controls to be integrated into the campus EMS system.
Building 53C
• Demolition of existing air handling unit & heat recovery unit and electrical, associated equipment, controls, duct transitions, piping packages, etc.
• Installation of new air handling unit & heat recovery unit with all piping ductwork needed for connection to existing services.
• Extend existing equipment pad as needed for the equipment.
• New HVAC controls to be included within the project for each air handling unit. Controls to be integrated into the campus EMS system.
Place of Performance/Shipping Destinations:
National Center of Toxicological Research (NCTR)
3900 NCTR Road,
Jefferson, AR 72079.
Period of Performance: 48 months after notice to proceed.
Estimated Magnitude: $25-$32 Million
The respondents shall furnish sufficient technical information necessary for the Government to determine the capability of the respondent at meeting the requirement of this initiative identified above. All interested parties may respond. Responses are limited to fifteen (15) pages on 8.5 inch by 11-inch paper and 12 point font. At a minimum, responses shall include the following:
- Provide a brief corporate profile of your company to include the following:
- Business name
- SAM Unique Entity ID number
- CAGE code
- Business address
- Business website
- Business size status (i.e.: SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB)
- Number of employees in your organization
- Point of contact name
- Mailing address (if different from business address)
- Phone number
- Email address
- Respondents which believe they can meet the above project requirements shall furnish capability statements sufficiently detailed for the Government to conclusively determine the experience and qualifications of the firm.
- Past performance information on up to three sources within the last 10 years for the same or similar services and magnitude as this requirement in which the offeror has provided same or substantially similar solutions as set forth herein. For each past performance reference include the Contract number, description of how this work is similar to current requirement, dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address.
- Capability statement shall provide proof of bonding capability in the magnitude of the required construction project as indicated above.
- Please describe any recommended performance and customer satisfaction measures and indicators which would give the FDA adequate ability to monitor the quality of the construction services provided under the anticipated contract.
- If applicable, identification of Best in Class (BIC) contract information or other Government-wide or HHS-wide contracts that the construction is available on.
- If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested.
- If a small business, demonstrate the firm’s capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting.
- If a large business, identify the subcontracting opportunities that would exist for small business concerns.
- Note that it is anticipated that FAR Clause 52.225-11 Buy American-Construction Materials under Trade Agreements will be applicable to this requirement. Provide any anticipated exemptions that may apply.
The government is not responsible for locating or securing any information, not identified in the response.
The Government encourages any comments and/or suggestions from any interested party, regarding the draft scope of work. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation.
Interested Parties must respond with capability statements which are due by email to the point of contact listed below on or before 1:00 pm (Central Time in Jefferson AR) on February 27, 2026 to: nick.sartain@fda.hhs.gov. Reference: OC-2026-132850.
Notice of Intent
Responses to this Sources sought Notice will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures.
Disclaimer and Important Notes
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.
Responses with weblinks will not be opened or viewed.
Responses must demonstrate capability, not merely affirm the respondent's capability (i.e. the response must go beyond the statement that, "XYZ company can provide the instrument, technical support etc.").
Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre‐solicitation synopsis and solicitation may be published in sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non‐proprietary technical information in any resultant solicitation(s).
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.