Pressure Vessel Inspection Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is conducting a Sources Sought to identify qualified small businesses capable of providing Pressure Vessel Inspection Services at Joint Base San Antonio (JBSA) Lackland AFB, JBSA Randolph AFB, and JBSA Ft. Sam Houston, TX. This market research aims to determine potential vendors for an anticipated Firm Fixed-Price contract. Responses are due April 3, 2026, by 12:00 PM CST.
Purpose
This is a Sources Sought announcement, not a Request for Quotation (RFQ), issued by the 502 CONS CL office at JBSA. The government is seeking information from interested parties to identify capable sources for pressure vessel (VE) inspection services. The results will inform the acquisition strategy and determine if there are enough vendors to support a potential Total Small Business Set-Aside. This notice does not commit the government to award a contract or pay for information received.
Scope of Work
The selected contractor will provide all labor, services, materials, and transportation required to perform NBIC Type VE inspections on 38 unfired pressure vessels located across JBSA Lackland (20), JBSA Ft. Sam Houston (10), and JBSA Randolph (8). The goal is to ensure compliance with AFI 32-1068, Heating Systems and Unfired Pressure Vessels, and the ASME Boiler and Pressure Vessel Code, which mandate inspections every three years. Services include internal and external inspections, ultrasonic thickness tests, documentation on AF Form 1222, and prompt notification of unsafe vessels. Inspections must be performed by NBIC-certified personnel. The period of performance is 60 calendar days.
Contract & Timeline
- Opportunity Type: Sources Sought
- Anticipated Contract Type: Firm Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238220 - Plumbing, Heating, and Air-Conditioning Contractors (Size Standard: $19 Million)
- Product Service Code: 4130 - Refrigeration And Air Conditioning Components
- Response Due: April 3, 2026, 12:00 PM CST
- Published Date: March 30, 2026
Submission & Evaluation
Interested offerors are encouraged to complete the attached questionnaire and may include a capability statement of no more than two pages. Submissions must be sent to Mario.Hernandez.19@us.af.mil and norena.phillips@us.af.mil by the due date. Responses will be used for market research to identify potential and eligible firms, including various small business categories, prior to determining the acquisition method and issuing a solicitation. This is a voluntary notice, and no evaluation letters or results will be issued.
Additional Notes
A Draft Statement of Work (SOW) is attached for reference, providing a better idea of the expected work, but it is subject to adjustments. Contractor personnel will require base identification and vehicle passes, and a criminal history check will be conducted.