Navigate the lattice: hubs for browsing, trends for pricing signals.
THIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.
The Centers for Disease Control and Prevention (CDC) will likely issue a solicitation, as a Request for Proposal (RFP), for design build construction services for a central plant modernization and chiller replacement at the CDC Roybal campus located at 1600 Clifton Rd., Atlanta, GA 30329 in calendar year 2026.
CDC requests letters of interest from qualified SMALL AND LARGE BUSINESS MECHANICAL CONTRACTORS THAT CAN PERFORM AS A PRIME GENERAL CONTRACTOR on the planned central plant modernization and chiller replacement in Atlanta, Georgia.
By way of this Sources Sought, CDC intends to determine the extent of capable firms that are engaged in providing the construction services described hereunder.
Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. Response to this Request for Information is not mandatory for consideration in any subsequent Request for Proposal.
The Modernization will include design build mechanical work including replacement of four existing 1,450 ton chillers with 1,800 ton chillers, replacement of eight cooling towers and four chilled water pumps. Due to the 24/7 operation of the central plant and campus demands; of the 4 chillers to be replaced only 2 can be taken out of operation and bypass piping will need to be installed to facilitate shutdown. Contracting performing work must have a 2 hour emergency response time. Electrical work includes installation of two new Motor Control Centers (MCC), replacing medium voltage (MV) starters and recircuiting. The project also involves, building automation systems (BAS), fire protection, architectural and structural work. As part of the design-build scope, the design portion includes providing complete for construction design documents and construction services, including, but not limited to: management and inspection services, bonds, insurance, CPM schedules, health and safety plan, quality control plan, product submittal development and review, develop required coordination drawings, construction administration services, security and logistic control, furnish tools, materials, equipment, labor and incidentals, safety review/inspections, quality control, coordinate all construction related work, test and inspections, commissioning, operational manuals, facilities maintenance training, record documents, warranties, and other related professional services.
This procurement is anticipated to be unrestricted regarding business size. Interested contractors must have an active registration, including completion of the annual representations and certifications, in the System for Award Management (SAM) at http://sam.gov at the time of proposal submission in order to be eligible for award. Only Contractor firms and their major consultants/joint venture partners having offices within the continental United States will be considered for this procurement.
The proposed project is anticipated to be a competitive, firm-fixed-price, construction contract procured in accordance with FAR Part 15, Contracting by Negotiation, under a Best Value-Tradeoff Process. The estimated magnitude of construction is over $10 million. The North American Industry Classification System (NAICS) for this requirement is 238220 (Commercial and Intuitional Building Construction) Business Size Standard of $45 Million.
Submission Instructions:
Narrative shall be no longer than 8 pages. Comments will be shared within the Government and the Integrated Project Team but will otherwise be held in strict confidence.
Should you respond to this Request for Information, please submit the following information:
1. Firm’s name, address, point of contact, phone number, and e-mail address, and capabilities.
2. Firm’s level of interest in competing on the solicitation when it is issued.
3. Firm’s Business Size – Large, Small, Small Disadvantaged Business (SDB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zones (HubZone), Woman Owned Small Business (WOSB), certified 8(a) firms, and SBA approved Mentor-Protégé firms.
4. Firm’s experience in successfully completed central plant renovation projects of similar size and dollar value range over $10,000,000.00.
5. Firm’s bonding level.
THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is one market research tool being utilized to determine the availability of potential qualified contractors in acquisition planning. In addition, this Request for Information is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Response is not required for eligibility to participate in any subsequent Request for Proposal.
Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Request for Information no later than 5:00 P.M. Eastern Standard Time (EST) Feburary 18, 2026. All responses under this Sources Sought must be emailed to Simi Khera, hkhera@cdc.gov referencing the SAM Publication number 75D301-26-R-73398
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity, please contact: Simi Khera via email at hkhera@cdc.gov.
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.