Opportunity

SAM #N3904026Q3090

Rental and Support Services for 100 Ton Temporary Chiller System at Naval Base Point Loma

Buyer

Portsmouth Naval Shipyard

Posted

May 14, 2026

Respond By

May 21, 2026

Identifier

N3904026Q3090

NAICS

532490, 532412, 238290

This opportunity seeks the rental and support services for a 100 Ton Temporary Chiller System at Naval Base Point Loma, San Diego, CA, for the Department of the Navy (Portsmouth Naval Shipyard). - Government Buyer: - Department of the Navy, Portsmouth Naval Shipyard, Contracting Office Code 410.2 - OEMs and Vendors: - No specific OEMs or vendors are named; the requirement is open to qualified small businesses able to provide compliant chiller systems and associated services. - Products/Services Requested: - 100 Ton Chiller System (1 unit) - Includes pump (part number H-01), hoses (400 ft total, 4" size), and 90-degree elbows (8 units, part number PC-01) - All associated freight to Naval Base Point Loma - Services and deliverables: - Lifting & handling with padeye certification - Hydrostatic pressure test report - Flow meter calibration certificate - Emergency repair point of contact (24/7) - Technical operating instructions and equipment data sheet - Preventative maintenance plan with schedules - Technical field inspection report (weekly) - Start-up/training technician for shipyard personnel - Weekly equipment service/inspection - Data deliverables: certification data reports, hydrostatic test reports, calibration certificates, personnel rosters, technical manuals, maintenance support plans, and maintenance service reports - Unique or Notable Requirements: - Vendors must demonstrate technical acceptability and relevant experience, especially with cleaning and sanitizing sanitary tanks per 29 CFR 1915 - All technical documentation and certifications must be provided electronically and physically affixed to equipment as required - Preventative maintenance and weekly inspection/service are mandatory throughout the lease - All services and equipment must comply with detailed technical specifications and OEM requirements - The solicitation is set aside for small businesses - Delivery and installation must meet a strict schedule, with delivery required by the specified date - Place of Performance: - Naval Base Point Loma, San Diego, CA - Contracting office at Portsmouth Naval Shipyard, Portsmouth, NH

Description

COMBINED SYNOPSIS/SOLICITATION NOTICE:

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 issued 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:

100 TON TEMP CHILLER SYSTEM 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 Solicitation Attachments: N3904026Q3090 Attachment 1- Wage Determination N3904026Q3090 Attachment 2- Enclosure 2 PNSY OPSEC N3904026Q3090 Exhibit A- CDRLS N3904026Q3090 Exhibit B- CDRLS N3904026Q3090 Exhibit C- CDRLS

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 online 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)

NAVSEA Texts Available Upon Request

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 date and 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 meet 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)

View original listing