N3904026Q3090 - 100 TON TEMP CHILLER SYSTEM- Naval Base Point Loma
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, specifically the Portsmouth Naval Shipyard, is seeking proposals for the lease of a 100 TON TEMP CHILLER SYSTEM for Naval Base Point Loma, San Diego, CA. This is a Total Small Business Set-Aside opportunity issued as a Request For Quotation (RFQ). Proposals are due by May 21, 2026, at 1:00 PM EST.
Scope of Work
The requirement is for the lease of a 100-ton temporary chiller system with a base period of performance from September 15, 2026, to June 14, 2027 (39 weeks), plus two 4-week option periods. The system must meet specific mechanical and electrical data, including a maximum tonnage of 100, an air-cooled condenser, and operation within a process water temperature range of 38°F-60°F. It also includes requirements for a pump, hoses, elbows, and associated components. The contractor will be responsible for preventative maintenance, weekly inspections, and prompt repair services. Key deliverables, as detailed in the Contract Data Requirements Lists (CDRLs) (Exhibits A, B, C), include certification data, hydrostatic test reports, calibration certificates, personnel rosters, equipment technical manuals, maintenance support plans, and maintenance service reports.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- NAICS Code: 532490 (Commercial and Industrial Machinery and Equipment Rental and Leasing)
- Size Standard: $40 Million Dollars
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Naval Base Point Loma, San Diego, CA
Submission & Evaluation
Proposals must be submitted via email to Gordon Roberts III (gordon.j.roberts14.civ@us.navy.mil). Quotes must include a completed technical specification sheet. Vendors must be registered in the System for Award Management (SAM) at www.sam.gov. Evaluation will be based on Technical Acceptability, Experience/Past Performance, Adherence to Schedule, and Price. Technical submissions that do not meet minimum requirements will be rated "Unacceptable" and will not be considered. For experience, vendors must submit documentation of two recent (within 5 years) and relevant projects. Note: The solicitation states relevance is defined as involving the cleaning and sanitizing of sanitary tanks subject to 29 CFR 1915.
Important Notes
This solicitation incorporates provisions and clauses from FAC 2025-06 and DFARS Change Notice 2025-1110. Bidders should review the provided attachments, including the Wage Determination (Attachment 1) and Operations Security (OPSEC) requirements (Attachment 2), which detail labor rates and information protection protocols.