N3904026Q3090 - 100 TON TEMP CHILLER SYSTEM- Naval Base Point Loma

Project ID: N3904026Q3090 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyNaval Sea Systems Command
Deadline05/21/26
Posted05/14/26
Estimated Value$120,000 - $300,000 (AI estimate)
Set AsideSBA
NAICS532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
PSCW041 - Lease Or Rental Of Equipment- Refrigeration, Air Conditioning, And Air Circulating Equipment
LocationSan Diego, CA 92106 United States
Description
Primary Latest Change

Requirement Title

100 TON TEMP CHILLER SYSTEM

Solicitation Number

N3904026Q3090

Response Deadline

05/21/2026 @1:00 PM EST POC: Gordon Roberts III (gordon.j.roberts1@navy.mil); 207-451-7119 Portsmouth Naval Shipyard, Kittery, ME

GENERAL INFORMATION

1. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on SAM.gov. 2. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 2025-1110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and http://www.acq.osd.mil/dpap/dars/change_notices.html. 3. This solicitation is being issues as a(n): Request For Quotation (RFQ) 4. North American Industry Classification System Code (NAICS): 532490 5. The size standard is: $40 Million Dollars

REQUIREMENT INFORMATION

The Portsmouth Naval Shipyard requests responses from sources capable of providing the following:

Period of Performance

09/15/2026 06/14/2027 (39 Weeks)

Option Period of Performance

06/15/2027 07/12/2027 (4 Weeks)

Option Period of Performance

07/13/2027 08/09/2027 (4 Weeks)

Place of Performance

Naval Base Point Loma, San Diego CA

METHOD OF PROPOSAL SUBMISSION

Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include a completed technical specification sheet upon proposal. CLAUSES:

Responsibility and Inspection

unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-91 Contractor Identification 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Invented Domestic Corporations 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 Defense Priority and Allocation Requirements 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services 52.217-5 Evaluation of Options 52.217-6 Option for Increased Quantity 52.217-8 Option to Extend Services 52.217-9 Option to Extend Term of the Contract 52.219-1 ALT I Small Business Program Representations--Alternate I 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-35 Equal Opportunity for Veterans. 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-5 Pollution Prevention & Right-To-Know Information 52.223-23 Sustainable Products and Services (Deviation 2025-O0004) 52.226-7 Drug-Free Workplace 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-8 Discounts For Prompt Payment 52.232-33 Payment by Electronic Funds Transfer System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Contractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.240-90 Security Prohibitions and Exclusions Representations and Certifications 52.240-91 Security Prohibitions and Exclusions 52.242-15 Stop-Work Order 52.242-17 Government Delay of Work 52.246-2 Inspection of Supplies-Fixed Price 52.246-4 Inspection of Services Fixed-Price 52.246-20 Warranty of Services 52.247-34 F.o.b. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training for Contractors 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7022 Expediting Contract Closeout 252.204-7024 Notice on the Use of the Supplier Performance Risk System 252.204-7998 Alternate A-Annual Representations and Certifications 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is

A State Sponsor of Terrorism

252.209-7021 Prohibition Relating to Conflicts of Interest in Consulting Services-Certification 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.219-7000 Advancing Small Business Growth 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7020 Trade Agreements Certificate 252.225-7021 Trade Agreements 252.225-7031 Secondary Arab Boycott of Israel 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program 252.225-7048 Export-Controlled Items 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten 252.225-7055 Representation Regarding Business Operations with the Maduro Regime 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation 252.225-7060 Prohibition on Certain Procurements from the Xinjing Uyghur Autonomous Region 252.227-7015 Technical Data-Commercial Products and Commercial Services 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests for Equitable Adjustments 252.244-7000 Subcontracts for Commercial Products or Commercial Services 252.247-7023 Transportation of Supplies by Sea Basic 252.247-7028 Application for U.S. Government Shipping Documentation/Instructions

NAVSEA Texts

C-202-H001 ADDITIONAL DEFINITIONS--BASIC (NAVSEA) (OCT 2018) C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (OCT 2018) C-211-H001 ACCESS TO THE VESSEL(S) (OCT 2018) C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-211-W001 REPLACEMENT PARTS AVAILABILITY (NAVSEA) (OCT 2018) C-222-H001 ACCESS TO THE VESSELS BY NON-U.S. CITIZENS (NAVSEA) (OCT 2018) C-223-H002 SAFETY, HEALTH AND FIRE REQUIREMENTS FOR SHIP REPAIR (NAVSEA) (JAN 2019) C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAY 2023) C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018) C-223-W002 ON-SITE SAFETY REQUIREMENTS (NAVSEA) (OCT 2018) C-227-H006 DATA REQUIREMENTS (NAVSEA) (OCT 2018) C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) D-211-H001 PACKAGING OF DATA (NAVSEA) (FEB 2022) D-211-H002 MARKING OF REPORTS (NAVSEA) (OCT 2018) D-247-H002 PACKAGING OF SUPPLIES--BASIC (NAVSEA) (DEC 2020) D-247-H004 MARKING AND PACKING LIST(S)- BASIC (NAVSEA)(FEB 2022) D-247-W001 PROHIBITED PACKING MATERIALS (NAVSEA) (OCT 2018) E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA)(OCT 2018) F-211-W001 PARTIAL DELIVERIES (NAVSEA)(OCT 2018) F-247-H001 DELIVERY OF DATA (NAVSEA) (OCT 2018) G-232-H002 PAYMENT INSTRUCTIONS (NAVSEA) (FEB 2024) G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2023) G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (JUL 2021) H-209-H003 REQUIRED DISCLOSURE OF ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (NOV 2022) H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JUL 2024) K-227-W001 INSTRUCTIONS FOR OBTAINING EXPORT-CONTROLLED TECHNICAL DATA (MAY 2022) L-204-H003 NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTOR FOR OFFICIAL CONTRACT FILES (NAVSEA) (APR 2019) L-209-H009 NOTIFICATION OF POTENTIAL ORGANIZATIONAL OR PERSONAL CONFLICT(S) OF INTEREST (NAVSEA) (APR 2022) L-212-W001 TECHNICAL PROPOSAL-SPECIFIC REQUIREMENTS-COMMERCIAL ITEMS (NAVSEA) (OCT 2018) L-212-W002 PRICE PROPOSAL-SPECIFIC REQUIREMENTS-COMMERCIAL ITEMS (NAVSEA) (OCT 2018) L-215-W003 ACCESS TO PRE-PROPOSAL READING MATERIAL--ALTERNATE II (APR 2024)

SUPPLEMENTAL INSTRUCTIONS

ADDENDUM TO 52.212-1 Instructions to Offerors--Commercial Items I. GENERAL In addition to FAR 52.212-1, Instructions to Offerors Commercial Items and any other instructions contained elsewhere in this solicitation, the following information is provided: Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable.

IMPORTANT NOTES

(1) Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation. (2) Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing dated time cited elsewhere in this Request for Quote. (3) Responses should be submitted via email only (4) Please review all specifications carefully. II. CONTENT OF QUOTE - RFQ pricing and information pages completed by the vendor. - A Point of Contact, name, email address, phone, CAGE code. - Representations and Certifications completed by the vendor in accordance with instructions contained elsewhere in this solicitation. If the vendor has completed all of the representations and certifications required by this solicitation in SAM.gov in accordance with FAR 52.204-7, then the vendor need not submit the hardcopy Representations and Certifications. - Technical Submission as noted below. - Submission of technical information demonstrating compliance with the specifications, including, but not limited to:

Technical Acceptability

- Experience - Pricing Submission. Vendors shall provide firm, fixed prices for each CLIN

Factor 1- Technical Acceptability Submissions

Vendors shall demonstrate their Technical Acceptability by meeting specifications and document capabilities

Factor 2- Experience/Past Performance Submission

Vendors shall submit documentation of two (2) projects/contracts that demonstrate recent and relevant experience with the two (2) major tasks identified in the Statement of Work (SOW). Contracts or projects are considered recent if they have been completed within the last five (5) years. Contracts or projects are considered relevant if they involve the cleaning and sanitizing of sanitary tanks subject to 29 CFR 1915. For each contract or project, Vendors shall provide the following: - Customer's name, organization and contact information; - Contract or project number and title; - Dates of performance (identify the start and end dates by month and year); - A description of the work performed and how it is relevant to the SOW.

Factor 3- Adherence to Schedule

Award may be based on delivery and ability to meet the requested schedule.

Factor 4- Price

The Price Factor will not be rated. The Vendor's response will be evaluated for compliance with the Addendum to 52.212-1, completeness and price reasonableness in accordance with FAR 12.204(a). If the technical submittal is determined Unacceptable , it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as Unacceptable and will no longer be considered for further competition or award. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Best Value Price to the government after technical acceptance. Quotes will be evaluated based on the following criteria: Technical Acceptability (Must meet specifications and document capabilities)

Experience/Past Performance

Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule) Price (Best Value Price, after adherence to other factors) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical: Please provide documentation demonstrating your capabilities in fulfilling the SOW.

Technical Evaluation Ratings

Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable Submission does not clearly meets the minimum requirements of the solicitation Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable Submission does not clearly meet the minimum requirements of the solicitation

Experience Submission

Vendors shall submit documentation of two (2) projects/contracts that demonstrate recent and relevant experience with the two (2) major tasks identified in the Statement of Work (SOW). Contracts or projects are considered recent if they have been completed within the last five (5) years. Contracts or projects are considered relevant if they involve the cleaning and sanitizing of sanitary tanks subject to 29 CFR 1915. For each contract or project, Vendors shall provide the following: - Customer's name, organization and contact information; - Contract or project number and title; - Dates of performance (identify the start and end dates by month and year); - A description of the work performed and how it is relevant to the SOW.

Adjectival Rating

Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, OR the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. *NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or is so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of the acceptable/unacceptable rating, unknown past performance shall be considered acceptable. Schedule: Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution. Price: The Price will be evaluated as Best Value Price after adherence to other factors, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule. If the technical submittal is determined Unacceptable , it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as Unacceptable and will no longer be considered for further competition or award. (End of Combined Synopsis/Solicitation)

Summary (Newest Update)

Background The Portsmouth Naval Shipyard, part of the U.S. Navy, is seeking to procure a 100 TON TEMP CHILLER SYSTEM. This solicitation is part of the Navy's efforts to maintain and enhance operational capabilities at its facilities. The goal of this contract is to ensure that the shipyard has access to reliable cooling systems necessary for various operational needs. Work Details The contractor will be responsible for providing a 100 TON TEMP CHILLER SYSTEM, which includes the following tasks: - Delivery and installation of the chiller system at Naval Base Point Loma, San Diego, CA. - Compliance with all applicable specifications and standards as outlined in the Statement of Work (SOW). - Provision of technical documentation including operation manuals and maintenance schedules. - Conducting hydrostatic tests and providing calibration certificates as required. - Ensuring that all work meets quality control standards set forth by the government. Period of Performance The period of performance for this contract is from September 15, 2026, to June 14, 2027, with two option periods extending from June 15, 2027, to July 12, 2027, and from July 13, 2027, to August 9, 2027. Place of Performance The contract will be performed at Naval Base Point Loma in San Diego, California.

Contacts
Contact nameGordon Roberts III
Contact emailgordon.j.roberts14.civ@us.navy.mil
Contact phone(207) 451-7119
Same Region Opportunities

Collibra Renewal

Agency: CalOptima [CA]

Location: California

NAICS: Not Provided