This is a Sources Sought Notice (SSN) ONLY. The Internal Revenue Service (IRS) has a requirement to obtain SERVICE and PREVENTATIVE MAINTENANCE OF BALER HYDRAULICS AND VERTICAL LIFT MECHANISM and is conducting market research to determine the availability of capable vendors that can perform these services.
Interested vendors are requested to respond no later than 1:00PM (Eastern Standard Time), Tuesday, August 26, 2025 to Tracie Griner, Tracie.D.Griner2@irs.gov. No phone calls will be accepted. No proprietary, classified, confidential, or sensitive information should be included in responses.
The NAICS code assigned to this acquisition is 811310 Commercial and Industrial Machinery Repair.
The Government will use respondent information, in part, to determine whether a small business set-aside is appropriate for this acquisition. We encourage all small business concerns in all socioeconomic categories to identify their capabilities in meeting the requirement outlined below.
DESCRIPTION:
These specifications are for the service and preventative maintenance (PM) of the baler system at the IRS Bloomington, IL location. The service and PM shall be conducted on site, this maintenance shall consist of Hydraulic oil purge and replace, cleaning and lubricating all moving parts, service of the hydraulic rams and replacement of oil filters following manufacturers best practices. The Contractor shall supply all supplies and labor. This baler consists of a vertical lift mechanism to lift box hoppers into a compaction bin, then a hydraulic ram compresses these corrugated cardboard boxes flat to allow for a bailing wire to be wrapped around compressed boxes to form a standard size pallet.
PERIOD OF PERFORMANCE:
Work to be performed prior to September 30, 2025
PLACE OF PERFORMANCE:
IRS NDC, 2525 Revenue Drive, Bloomington, IL
Interested business concerns should provide a brief capabilities statement package (submissions are limited to no more than 10 pages in length demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. The Government prefers that your firm submits its response in Microsoft Word or Adobe Acrobat.
The capability package shall be sent by email to the following: Tracie.D.Griner2@irs.gov and
Your email subject line should reflect: Sources Sought Response for BALER SERVICE AND
PREVENTATIVE MAINTENANCE
In response to this source sought, please provide: (2 part)
I COMPANY PROFILE – Cover Page
- Company Name and Address
- Company technical Point of Contact (POC) information to include name, title, telephone number, and email address.
- Applicable NAICS (North American Industry Classification System) Code
- List active governmentwide contracts related to the services required that your company has been awarded (GWACs, IDIQs, and BPAs – include applicable SIN)
- Business Classification / Socio-Economic Status (e.g., large, small, 8(a), women owned, hub-zone, SDB, Service-Disabled Veteran Owned)
II Capability Statement
Interested business concerns should provide a brief capabilities statement package (submissions are limited to no more than 10 pages in length demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. The Government prefers that your firm submits its response in Microsoft Word or Adobe Acrobat.
The capability package shall be sent by email to the following: Tracie.D.Griner2@irs.gov and
DISCLAIMER: This notice is issued solely for information and planning purposes – it does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), or 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, IFB, or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The GPE is located at sam.gov.