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 (FRCE), located at MCAS Cherry Point, NC, is soliciting proposals for the replacement of one (1) Immersion Tank Wash System. This is a Total Small Business Set-Aside opportunity. The project involves the removal of the old system and installation of a new, integrated immersion tank with a hydraulic lifting platform. Proposals are due by March 26, 2026.
Scope of Work
The contractor will be responsible for the complete replacement of an Immersion Tank Wash System in Shop 93113. This includes:
- Removal and disposal (DRMO) of the existing immersion tank, piping, and duct work.
- Installation of a new steam-heated, double-walled 304 Stainless Steel immersion tank.
- Integration of a hydraulic vertical lifting platform with minimum 3-inch linear shafts and bearings; alternative handling methods will not be accepted.
- Installation of new VOC ducting, piping, electrical, and controls, compliant with NFPA 70 and 72, and NEMA standards.
- Provision of Allen Bradley Programmable Logic Controllers (PLCs) or equivalent, with USB and Ethernet ports.
- Conducting lead and asbestos testing as per SOW Paragraph 3.7.4.
- Providing training for operators, maintenance personnel, and hazardous waste operations personnel.
- Ensuring Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) or higher.
- Adherence to various FRCE contract performance, installation, and safety requirements detailed in attachments.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: April 20, 2026, to February 26, 2027 (for line item 0002).
- Delivery Date: January 29, 2027 (for line item 0003).
Key Clarifications (from Q&A)
- The primary lift system must be hydraulic and integrated into the tank system; no alternative handling methods will be accepted.
- No additional air emissions permits are required as it's a one-for-one replacement.
- No hazardous area classification has been established for the work area.
- Floor slab/structural information and production area photos are currently unavailable.
- Drawing PE-22152 is the sole relevant drawing; PE-22110 is a misprint.
Evaluation Factors
Quotations will be evaluated on a Lowest-Price Technically Acceptable (LPTA) basis. Equipment drawings will be reviewed solely for technical acceptability and compliance. The lowest-priced offer meeting all technical requirements will be considered for award.
Submission Requirements & Key Dates
- Proposal Due Date: March 26, 2026, 5:00 PM Eastern Daylight Time.
- Questions Due: March 27, 2026, 3:00 PM Eastern Daylight Time (for new questions).
- Submission Method: Via Wide Area WorkFlow (WAWF).
- Contacts: Jeffrey Smith (jeffrey.t.smith6.civ@us.navy.mil) for questions and Attachment D requests; Adam Coombs (adam.c.coombs.mil@us.navy.mil) for Attachment D requests.