Concert Chiller Pads
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 Naval Research Laboratory (NRL) is soliciting quotations for the construction of new concrete pads for chiller units at Building A69, Washington, DC. This is a Total Small Business Set-Aside combined synopsis/solicitation issued as a Request for Quotations (RFQ) on a Firm-Fixed-Price (FFP) basis. A mandatory site visit is required for all bidders.
Scope of Work
The contractor will construct one large concrete pad on the north side and one small concrete pad on the south side of Building A69, adhering to detailed structural drawings (S-101, S-102) and mechanical drawings (M-101 to M-104, M-101A). This includes specific dimensions (e.g., 11'x32' for north, 11'x5' for south), material specifications (e.g., 4000 PSI concrete, welded wire fabric), and construction details like control joints and gravel bases. The project requires coordination meetings, submission of project schedules and shop drawings (rebar, concrete mix design), and adherence to numerous industry standards (e.g., UFC, UFGS, EM 385-1-1, OSHA). Contractors are responsible for site cleanliness, waste management, and acquiring all necessary local/state permits.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ), Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 238110 (Commercial and Institutional Building Construction, $19M size standard)
- PSC: Y1PZ (Construction Of Other Non Building Facilities)
- Place of Performance: U.S. Naval Research Laboratory, Building A69, 4555 Overlook Avenue, S.W., Washington, DC 20375
- Delivery: FOB Destination is preferred.
Key Requirements
- Mandatory Site Visit: Required for all bidders; failure to attend will result in being deemed 'Non-Responsive'. Attendees must bring flashlights; hard hats, goggles, and gloves will be provided.
- Vendor Status: Must be an Original Equipment Manufacturer (OEM), authorized dealer, distributor, or reseller for proposed equipment/systems, ensuring OEM warranty and service.
- SAM Registration: Active registration in SAM.gov is required.
- Submission: One copy of technical and price quote via email, including DUNS and CAGE Code.
- Terms: Quoters must state acceptance of solicitation terms or list exceptions.
Evaluation Criteria
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, with the lowest-priced technically acceptable offer(s) being considered for award. Award may be made without discussions.
Important Dates
- Site Visit Notification Due: April 13, 2026, 12:00 PM (EST)
- Mandatory Site Visit: April 14, 2026, 1:00 PM - 3:00 PM (EST) at NRL
- Questions Due: April 20, 2026, 4:00 PM (EST)
- Quotations Due: April 22, 2026, 4:00 PM (EST)
Contact Information
- Primary Point of Contact: Andrea Graves
- Email: andrea.l.graves6.civ@us.navy.mil
- Phone: 202-875-9251