THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a SOURCES SOUGHT
only. The purpose of the synopsis is to gain knowledge of potential qualified sources and their business size classification relative to NAICS 332311 Prefabricated Metal Building and Component Manufacturing, a small business size standard of 750 employees. Responses to this synopsis will be utilized by the Government to determine the appropriate procurement methodology. After review of the responses to this sources sought synopsis, a solicitation announcement may be published to the general public on contract opportunities at https:// sam.gov. Responses to this sources sought synopsis shall not be considered a response to a solicitation. All interested offerors will respond as an interested party to this sources sought.
THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
The New Hampshire Army National Guard requires 4 Controlled Humidity Preservation Shelters. The Controlled Humidity Preservation Shelters will include the following CLINS:
CLIN001: 20’ x 45’ Shelter Qty: 2 EA
A qualifying Controlled Humidity Preservation (CHP) Shelter should be: humidity and temperature controlled; protect vehicles from the effects of the sun/rain/snow (moisture); a portable structure; approximately 20 ft width, 45 feet in length, and 20 ft in height to shelter the M777A2 platform with sufficient buffer space to access the equipment. Utilizes external input for power with option for solar power. Must have ability to keep vehicle batteries charged. Remote control of the system with alerts and notifications for effective monitoring of the equipment.
CLIN002: 15’ x 25’ Shelter Qty: 2 EA
A qualifying Controlled Humidity Preservation (CHP) Shelter should be: humidity and temperature controlled; protect vehicles from the effects of the sun/rain/snow (moisture); a portable structure; approximately 15 ft width, 25 feet in length, and 15 ft in height to shelter Firetruck platform with sufficient buffer space to access the equipment. Utilizes external input for power with option for solar power. Must have ability to keep vehicle batteries charged. Remote control of the system with alerts and notifications for effective monitoring of the equipment.
If you are interested, please provide the requested information as well as the information indicated below. Responses to this notice should include company name, address, points of contact, and business size according to the following:
- Estimated amount for each CLIN.
- Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business {SDVOSB), Veteran Owned Small Business {VOSS), Hubzone, Woman Owned Small Business {WOSB), 8(a), Large Business, etc.)?
- Is your company considered small under the NAICS code identified under this RFI?
- Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
- If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
- If you are a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
- Is your company a GSA contract holder? If so, please provide the contract number.
- If you are a GSA contract holder, are the items/solution you are providing information for available on your schedule/contract?
- Please provide detailed technical product descriptions or brochures.
- Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
- Please provide your UEI number and CAGE code.
The information above is intended to be descriptive and not restrictive in order to describe the nature of the services requested. Interested parties are responsible for demonstrating to the Government their ability to provide the services as indicated.
If your organization has the potential capacity to provide these supplies, please provide the following information: Organization name, address, email address, Website, telephone number, size standard with social economic status and type of ownership for the organization, cage code, TIN number, NAICS codes (with business size) and GSA Schedule number (if applicable).
To respond, you must email your information to the Contracting Officer (KO) Richard.c.trafton.civ@army.mil and Contracting Specialist (CS) keith.r.abbott.civ@army.mil via email prior to 1600hrs EST on 26 May 2025.