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)