Airborne Noise Testing for Fan Coil Assembly
SOL #: N0040626Q0041Combined Synopsis/Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States
Place of Performance
Place of performance not available
NAICS
Testing Laboratories and Services (541380)
PSC
Equipment And Materials Testing: Ship And Marine Equipment (H220)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Apr 22, 2026
2
Submission Deadline
Apr 27, 2026, 10:00 PM
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, NAVSUP FLC Puget Sound, is soliciting quotes for Airborne Noise Testing on one Government-Furnished Fan Coil Assembly for the USS BLUE RIDGE (LCC 19). This is a 100% Small Business Set-Aside with a Firm Fixed-Price (FFP) contract anticipated. Quotes are due April 27, 2026, at 3:00 PM.
Scope of Work
The contractor will perform airborne noise testing on a specific Government-Furnished Fan Coil Assembly (P/N 87-D-1000 SZ22 TY III LH, MIL-A-23798, TYPE-III, SIZE-22) in accordance with the Performance Work Statement (PWS) and MIL-PRF-23798E(SH).
- Testing must be conducted by the Original Equipment Manufacturer (OEM) or an OEM-authorized representative. If not OEM, documentation of equivalent technical capability, access to OEM testing criteria, and validated calibration procedures is required for approval.
- Document and submit test results in a report to the Technical Point of Contact (TPOC).
- Work will be performed at the Contractor's facility.
- Upon completion, the contractor will prepare and ship the assembly to SRF-JRMC, Yokosuka, Japan, utilizing NAVSUP WSS Transportation, adhering to ASTM-D-3951 for packaging and marking.
- The contractor is responsible for providing all necessary tools and equipment.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Purchase Order
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 541380 (Testing Laboratories)
- Small Business Size Standard: $19.0 Million
- Period of Performance: May 4, 2026, to September 14, 2026
- Applicable Standards: MIL-PRF-23798E(SH), ASTM-D-3951, and various Federal, DoD, and industry standards for fan-coil assemblies.
- Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) requirements are applicable.
Submission & Evaluation
- Offerors must submit quotes.
- Questions Due: Two days prior to the solicitation's closing date.
- Offer Due Date: April 27, 2026, at 3:00 PM.
- Evaluation Factors: Technical capability (including delivery), price, and past performance. Award will be made to the most advantageous offer.
- All exceptions to the solicitation's terms, conditions, specifications, or PWS must be noted.
- A single award will be made for the entire effort; partial quotes may be deemed unacceptable.
- Invoices will be submitted via Wide Area WorkFlow (WAWF).
- Offerors must be registered in SAM.gov.
Contact Information
- Primary Contact: Mr. Regel (Reg) Agahan (regel.a.agahan.civ@us.navy.mil)
People
Points of Contact
Mr. Regel (Reg) AgahanPRIMARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 22, 2026