Intersection of Willow Street, Bridge Street, Prospect Street and Depot Street Improvements
Agency: Town of Winchester Construction [CT]
Location: Connecticut
NAICS: Not Provided
| Agency | SUPSHIP Groton |
|---|---|
| Deadline | 04/30/26 |
| Posted | 04/17/26 |
| Estimated Value | <$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value) |
| Set Aside | None |
| NAICS | 562910 - Remediation Services |
| PSC | J020 - Maint/Repair/Rebuild Of Equipment- Ship And Marine Equipment |
| Location | Groton, CT United States |
This is a combined synopsis/solicitation for a modified commercial service acquisition prepared in accordance with simplified acquisition procedures found in the Federal Acquisition Regulation (FAR) Revolutionary Far Overhaul (RFO) Subpart 12.2, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is intended to result in the issuance of a singular firm fixed price award. Solicitation Number N62789-26-Q-0016 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2026-01 dated March 13, 2026. This is an unrestricted acquisition using NAICS Code: 562910, size standard: $25,000,000. This work is performed onboard a submarine located at a pier at the Naval Submarine Base New London. The intended period of performance is June 1, 2026 June 10, 2026. The successful offeror must be an approved NAVSEA vendor qualified to perform the requested work. The successful offeror is also required to be at least LEVEL 1; SELF Certified in the Cybersecurity Maturity Model Certification (CMMC) within the Supplier Performance Risk System (SPRS) module in the Procurement Integrated Enterprise Environment (PIEE). This requirement is found in DFARS Provision 252.204-7025 and Clause 252.204-7021 as both are contained in the solicitation. Please provide a quote stating the total price of the work and further broken down by Contract Line Item Number (CLIN). Please include as much detail as possible to assist in an expeditious evaluation.
Prepare Potable Water Tanks. The Contractor shall provide equipment and personnel to accomplish the cleaning of Potable Water Tank #1. Potable Water No.1 Size: 2,630 gallons, lower level. Estimated duration of tank cleaning is three (3) days per tank.
Preserve Potable Water Tanks. The Contractor shall provide equipment and personnel to accomplish the cleaning of Potable Water Tank #1. Potable Water No.1 Size: 2,329 gallons, lower level. Estimated duration of tank cleaning is three (3) days per tank. The anticipated award will be made to the responsible vendor that can satisfy this requirement in conformance with the solicitation and is determined to be the best value to the government, price and other factors considered. In determining the best overall response, the combined non-cost/price factors (technical qualification and past performance) are more important than the cost/price factor; however, cost/price is still a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical quotation is more advantageous to the Government and warrants the additional cost. Offers that take exception to any performance criteria are unacceptable. Quotations are due prior to 04:00 P.M., EST on April 30, 2026. Late submissions will not be accepted. Offers should be submitted via electronic mail to: roland.j.parrilla.civ@us.navy.mil and stephanie.l.neale.civ@us.navy.mil. Offerors should identify the RFQ number in the subject line of the email. Offerors are advised to submit electronic documents early and to confirm successful transmittal. The System for Award Management (SAM) is a Government maintained database of companies wanting to do business with the Government. A firm must register and maintain an active SAM registration in order to receive a federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf
Quotes will be evaluated for technical acceptability and price. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical quotation is more advantageous to the Government and warrants the additional cost. Quotations are due prior to 4:00 PM EST, 30 April 2026. Late submissions will not be accepted. Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: roland.j.parrilla.civ@us.navy.mil and stephanie.l.neale.civ@us.navy.mil . Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. The System for Award Management (SAM) is a Government maintained database of companies wanting to do business with the Government. A firm must register and maintain an active SAM registration in order to receive a federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf
Background This solicitation is issued by the Naval Submarine Base New London for a modified commercial service acquisition under solicitation number N62789-26-Q-0016. The goal of this contract is to perform cleaning and preservation services for potable water tanks onboard a submarine. The agency's mission includes maintaining operational readiness and ensuring the safety of naval vessels. Work Details The contractor is required to provide equipment and personnel to accomplish the following tasks: 1. **CLIN 0001: Clean Potable Water Tank #1** - The contractor shall clean Potable Water Tank #1, which has a size of 2,630 gallons located at the lower level. The estimated duration for this task is three days. 2. **CLIN 0002: Clean Potable Water Tank #2** - The contractor shall clean Potable Water Tank #2, which has a size of 2,329 gallons located at the lower level. The estimated duration for this task is also three days. The contractor must ensure that all personnel are trained and qualified for working in confined spaces, comply with all local, state, and federal Occupational Safety and Health (OSH) regulations, and meet specific certification requirements such as being an approved NAVSEA vendor and having LEVEL 1; SELF Certification in Cybersecurity Maturity Model Certification (CMMC). Additionally, prior to cleaning, each tank must be certified safe for personnel entry by a marine chemist. Period of Performance The anticipated period of performance for this contract is from June 1, 2026, to June 10, 2026. Place of Performance The work will be performed at a pier at the Naval Submarine Base New London in Groton, Connecticut.
| Contact name | Roland Parrilla |
|---|---|
| Contact email | roland.j.parrilla.civ@us.navy.mil |
| Contact phone | (860) 433-2253 |
| Secondary contact name | Stephanie Neale |
| Secondary contact email | stephanie.l.neale.civ@us.navy.mil |
| Secondary contact phone | (860) 433-3709 |
Agency: Town of Winchester Construction [CT]
Location: Connecticut
NAICS: Not Provided
Agency: DLA Aviation
Location: Connecticut
NAICS: 336412
Agency: City of Waterbury [CT]
Location: Connecticut
NAICS: Not Provided
Agency: City of Waterbury [CT]
Location: Connecticut
NAICS: Not Provided