Federal Contract Opportunity

Last Updated on 30 Jun 2025 at 6 PM
Sources Sought
New york New york

Sources Sought Notice - Millipore Integral 10 deionized water system preventive maintenance and repair services

Details

Solicitation ID W911SD25QA110
Posted Date 30 Jun 2025 at 6 PM
Response Date 11 Jul 2025 at 1 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W6qm Micc-west Point
Agency Department Of Defense
Location New york New york United states 10996

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Sign up to access Documents

Signup now

THIS IS A Sources Sought Notice ONLY. 

The U.S. Government desires to procure one year’s annual preventive maintenance and repair services for the Millipore Integral 10 deionized water system, Millipore MQ Integral 10 (DI Water System), S/N # FOMA70052E with two 60L DI water storage containers located in Washington Hall for the Department of Geography and Environmental Engineering at the United States Military Academy 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: 811210 – Electronic and Precision Equipment Repair and Maintenance with a size standard of $34.0 million dollars.  

See attached Performance Work Statement (PWS) for more information on this requirement.

In response to this Sources Sought Notice, 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. Identify if you’re a Federal Supply Schedule (FSS) Contractor.

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. If you believe that this action is unreasonably restricting competition, 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.

8.  Please send all responses by Monday, 11 July 2025 at 9:00 AM EST to Leslie Duron, at [email protected], and be sure to include the Sources Sought Notice Number in your email subject line.

Similar Opportunities

Similar Awards

Cherry point North carolina Not Specified
Bureau Illinois 24 Sep 2018 at 7 PM
Location Unknown 23 Aug 2013 at 7 PM
Jefferson Arkansas Not Specified
Location Unknown 01 Feb 2018 at 9 PM