Immersion Tank Replacement at FRCE
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 Navy, Fleet Readiness Center (FRC) East is soliciting proposals for the replacement of one (1) Immersion Tank Wash System at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This Total Small Business Set-Aside opportunity requires the removal of the existing system and installation of a new, integrated immersion tank. Proposals are due by March 30, 2026, at 5:00 PM Eastern.
Scope of Work
The project involves the complete replacement of an immersion tank wash system in Shop 93113. This includes:
- Removal and disposal (DRMO) of the old immersion tank, piping, and ductwork.
- Installation of a new steam-heated immersion tank (304 Stainless Steel, double-walled).
- Integration of a hydraulic vertical lifting platform for parts handling (no alternative methods accepted).
- Installation of new VOC ducting, electrical, and controls compliant with NFPA 70, NFPA 72, and NEMA standards.
- Provision of standard tooling, technical data, operation/maintenance manuals, and a recommended spare parts list.
- Required training for operators, maintenance, and hazardous waste personnel.
- Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self).
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 333248 (Miscellaneous Maintenance And Repair Shop Specialized Equipment)
- Size Standard: 750 employees
- Place of Performance: Cherry Point, NC
- Response Date: March 30, 2026, 5:00 PM Eastern
- Period of Performance: April 20, 2026, to February 26, 2027 (for line item 0002)
- Delivery Date: January 29, 2027 (for line item 0003)
Evaluation Criteria
Award will be made on a Lowest-Price Technically Acceptable (LPTA) basis. Equipment drawings and technical submissions will be reviewed solely for technical acceptability and compliance with the Statement of Work (SOW). If the machine meets all technical requirements, the lowest-priced technically acceptable offer will be selected.
Key Compliance & Site Requirements
- Contractors must adhere to extensive FRC East Contract Performance, Installation, and Safety Requirements (Attachments A, B, C, E), covering FOD prevention, hazardous materials, tool control, system shutdowns, and environmental management.
- Vendor is responsible for lead and asbestos testing.
- No additional air emissions permits are required as this is a one-for-one replacement.
- No hazardous area classification has been established for the work area.
- A Contract Data Requirements List (CDRL) specifies numerous required deliverables, including manuals, calibration procedures, and an Acceptance Test Plan.
- Requests for Attachment D (Distribution D) should be sent to jeffrey.t.smith6.civ@us.navy.mil and adam.c.coombs.mil@us.navy.mil.