Brand Name Mandatory 3M Scott Functional Testing of SCBAs

SOL #: N3904026Q0041Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PORTSMOUTH NAVAL SHIPYARD GF
PORTSMOUTH, NH, 03801-5000, United States

Place of Performance

Kittery, ME

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment (J035)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Jan 27, 2026
3
Submission Deadline
Jan 30, 2026, 7:30 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 / Portsmouth Naval Shipyard is soliciting proposals for Brand Name Mandatory 3M Scott Functional Testing of Self-Contained Breathing Apparatus (SCBA) Harnesses and Cylinders. This is a Combined Synopsis/Solicitation for commercial services, structured as a firm-fixed price contract for scheduled services. The place of performance is Kittery, Maine. Offers are due January 30, 2026, at 2:30 PM EST.

Scope of Work

The contractor will provide quarterly functional testing for up to 100 SCBA Harnesses and quarterly hydrostatic volumetric testing for up to 100 SCBA Cylinders. This includes providing certification reports with identification numbers and status, reporting equipment unable to meet safety requirements, and performing unscheduled/emergency repair services as needed. A Certificate of Meeting All Standards must be provided within three business days of maintenance completion.

Key Requirements

Bidders must be a certified Scott Service Center and a DOT Authorized Facility, with technicians possessing Scott Service Center Technician Certifications. This is a Brand Name requirement, justified by the need to comply with federal safety regulations (OSHA 1910.134(h)(4)(iii)) and maintain NIOSH approval, which necessitates OEM-certified technicians and specialized diagnostic equipment. All personnel assigned to perform work or site visits must be US citizens. Compliance with the Service Contract Act Wage Determination for York County, Maine, is mandatory. Contractors must also adhere to Operations Security (OPSEC) requirements, including protecting sensitive information and submitting an OPSEC Plan if required.

Contract Details

This is a Firm-Fixed Price contract for scheduled services, with labor rates and parts markups for unscheduled repairs evaluated for price reasonableness. The Period of Performance includes a base year (January 31, 2026 – January 30, 2027) and four (4) option years, extending through January 30, 2031. The NAICS Code is 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) with a $12.5 million size standard. This acquisition is for Full and Open competition.

Submission & Evaluation

Offers are due by January 30, 2026, at 2:30 PM EST and shall be emailed. The evaluation basis is Lowest Priced Technically Acceptable (LPTA). Only firm-fixed pricing for scheduled services will be evaluated for award. Technical acceptability requires firm-fixed pricing, fully burdened labor rates for regular and emergency unscheduled repairs, defined labor categories, a proposed fixed percentage markup on commercially procured parts, and a written statement of compliance with post-award cost documentation requirements. Vendors must be registered in the System for Award Management (SAM).

Additional Notes

The Contract Data Requirements List (CDRL) specifies electronic submission of Test/Inspection Reports within three days of completion via WAWF and email. Unscheduled repair authorization requires a specific form detailing scope, parts, labor, and requiring approval from the Project Manager, Contracting Officer's Representative, and Contracting Officer. Applicable FAR and DFARS provisions apply.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 27, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
View
Brand Name Mandatory 3M Scott Functional Testing of SCBAs | GovScope