Mini-Split Heat Pump systems
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 Defense Logistics Agency (DLA) Maritime - Portsmouth is soliciting quotations for Mini-Split Heat Pump systems for the Portsmouth Naval Shipyard in Kittery, ME. This is a 100% Small Business Set-Aside opportunity, seeking commercial items under an RFQ. The award will be based on the Lowest Price Technically Acceptable (LPTA) evaluation. Quotations are due by April 27, 2026, at 03:00 PM EST.
Scope of Work
The requirement is for various components of Mini-Split HVAC systems, including:
- CLIN 0001: Mini-Split Outdoor Unit (ODU)
- CLIN 0002: Mini-Split Indoor Unit (AHU)
- CLIN 0003: Mini-Split Branch Box
- CLIN 0004: Mini-Split Branch Box Enclosure
- CLIN 0005: Outdoor Line Set
- CLIN 0006: Indoor Line Set
Specific performance criteria and features are required for each component, such as multi-zone capability, seacoast protective coating, inverter-style compressors for ODUs, slim design for AHUs, and NEMA Type 3R enclosures for branch boxes. All equipment must meet specified performance criteria, and Buy American Act provisions apply. Installation will be performed by the Portsmouth Naval Shipyard.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ SPMYM326Q3120) for commercial items (FAR Part 12).
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 333415 (Refrigeration and Air Conditioning Components) with a 1250-employee size standard.
- FOB Terms: Destination or Origin (to be specified by bidder).
- Delivery: Must meet or exceed the Government Required Delivery Date (RDD) of May 1, 2026.
- Payment Terms: Net 30 days after inspection and acceptance, via Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF).
Submission & Evaluation
- Quote Due Date: April 27, 2026, 03:00 PM EST.
- Submission Method: Email to Emily.Kritzman@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Vendor responsibility will be determined using the Supplier Performance Risk System (SPRS).
- Required Submissions:
- Descriptive literature demonstrating compliance with specifications.
- Completed provisions 252.204-7016 and 252.204-7019.
- Completed FAR 52.212-3 and ALT I (if not updated in SAM).
- Quote details: price(s), FOB point, Cage Code, point of contact, GSA contract number (if applicable), business size, and preferred payment method.
- If not the manufacturer, provide manufacturer's name, location, and business size.
- Eligibility: Offerors must be registered and active in SAM.gov. Compliance with NIST SP 800-171 DoD Assessment Requirements is critical, including a current assessment in SPRS.
Important Notes
Numerous FAR, DFARS, DLAD, and local clauses and provisions are incorporated by reference or in full text, covering areas such as small business status, identification, cybersecurity, supply chain traceability, shipping, and packaging. Bidders are responsible for reviewing all applicable clauses.