AC/Heater Rentals for Berthing and Messing Barges
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
NAVSUP Fleet Logistics Center San Diego (FLCSD) is conducting a market survey for AC/Heater Rentals for Berthing and Messing Barges in San Diego, CA. This is for planning purposes only, not a solicitation, to identify interested and capable businesses and gather feedback to improve the acquisition process. The government may consider a set-aside for small businesses or specific socioeconomic programs. Responses are due by May 21, 2026, at 3:00 PM PST.
Scope of Work
The contractor will provide rental Air Conditioning (A/C) units with integrated heaters and supplementary space heaters for use onboard various Berthing and Messing Barges. This includes 18x 1-ton A/C units and 21x 1.5kW electric space heaters, which must be 120V, capable of 24/7 operation, and complete systems. The contractor is responsible for equipment, delivery, installation, preventative maintenance, repairs (within 4-12 hours response), and removal. Place of performance includes Naval Base San Diego, NAS North Island, Sub Base Point Loma, BAE Systems, General Dynamics NASSCO, and Continental Maritime of San Diego.
Contract & Timeline
- Type: Sources Sought (Market Survey). The anticipated contract type is Firm Fixed Price (FFP) with a twelve (12) month period of performance.
- NAICS: 532490 (Lease Or Rental Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment).
- Response Due: May 21, 2026, 3:00 PM PST.
- Questions Due: May 19, 2026.
- Published: May 14, 2026.
Set-Aside & Eligibility
The government may consider a set-aside for small businesses or specific socioeconomic contracting programs (e.g., 8(a), HUBZone, SDVOSB, WOSB, EDWOSB). Large businesses do not need to respond.
Submission Requirements
Interested firms should submit a Capability Statement (maximum 3 pages) via email to Patricia Castillo (patricia.castillo26.civ@us.navy.mil). The statement must include:
- Firm's name, size status, and ownership details.
- Small business socioeconomic program certifications.
- Two points of contact, CAGE Code, UEI, and DUNS Number.
- Affiliate information and facility clearance level.
- At least one, but no more than three, citations of current and relevant experience (within the last 4 years) related to the PWS.
- If subcontractors are intended, detail how the prime will manage the contract and comply with FAR 52.219-14 Limitations on Subcontracting.
Additional Notes
This is not a solicitation, and no costs incurred in preparing a response will be reimbursed. Standard company brochures will not be reviewed. Responses must conform to the market survey instructions.