N3904026Q3096- (1) 400 LPAC System- Point Loma San Diego

SOL #: N3904026Q3096Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

San Diego, CA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

Materials Handling Equipment, Nonself Propelled (3920)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 14, 2026
2
Submission Deadline
Jan 15, 2026, 5:00 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.

COMBINED SYNOPSIS/SOLICITATION NOTICE:

Requirement Title: Rental of one (1) 100 HP LPAC (400CFM)

Solicitation Number: N3904026Q3096

Response Deadline: 1/15/2026 @12:00 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 2025-1024. 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 issues as a(n): Request For Quotation (RFQ)

4. North American Industry Classification System Code (NAICS): 532490 “Other Commercial and Industrial Machinery and Equipment Rental and Leasing”

5. The size standard is: $40 Million Dollars

REQUIREMENT INFORMATION:

The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: Rental of One (1) VRLA 400 LPAC

  • Period of Performance: 01/20/2026 – 03/02/2026 (6 Weeks)
    • Option Period of Performance: 03/03/2026 – 03/16/2026 (2 Weeks)
  • Place of Performance: Naval Base Point Loma San Diego California

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 on-line 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:

52.203-18

Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation

52.204-2

Security Requirements

52.204-7

Disclosure of Information

52.204-8

Annual Representations and Certifications

52.204-10

Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13

System for Award Management Maintenance

52.204-16

Commercial and Government Entity Code Reporting

52.204-17

Ownership or Control of Offeror

52.204-18

Commercial and Government Entity Code Maintenance

52.204-19

Incorporation by Reference of Representations and Certifications

52.204-20

Predecessor of Offeror

52.204-21

Basic Safeguarding of Covered Contractor Information Systems

52.204-22

Alternative Line Item Proposal

52.204-23

Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-24

Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25

Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26

Covered Telecommunications Equipment or Services--Representation

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 Inverted Domestic Corporations

52.209-11

Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.211-16

Variation in Quantity

52.211-17

Delivery of Excess Quantities

52.212-1

Instructions to Offerors—Commercial Products and Commercial Services

52.212-2

Evaluation—Commercial Products and Commercial Services

52.212-4

Contract Terms and Conditions—Commercial Products and Commercial Services

52.212-5

Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004)

52.215-1

Instructions to Offerors—Competitive Acquisition

52.215-6

Place of Performance

52.217-5

Evaluation of Options

52.217-9

Option to Extend the Term of the Contract

52.222-19

Child Labor—Cooperation with Authorities and Remedies

52.222-50

Combating Trafficking in Persons

52.223-5

Pollution Prevention & Right-To-Know Information

52.225-13

Restrictions on Certain Foreign Purchases

52.225-25

Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications

52.226-7

Drug-Free Workplace

52.226-8

Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-33

Payment by Electronic Funds Transfer—System for Award Management

52.232-36

Payment by Third Party

52.232-39

Unenforceability of Unauthorized Obligations

52.233-1

Disputes

52.233-3

Protest after Award

52.233-4

Applicable Law for Breach of Contract Claim

52.237-2

Protection of Government Buildings, Equipment, and Vegetation

52.244-6

Subcontracts for Commercial Products and Commercial Services

52.246-1

Contractor Inspection Requirements

52.246-4

Inspection of services—Fixed-Price

52.247-34

F.o.b. Destination

52.252-2

Clauses Incorporated by Reference

52.252-5

Deviations in Provisions

52.252-6

Authorized Deviations in Clauses




 

Additional DFARS contract terms and conditions applicable to this procurement are: 

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

252.204-7008

Compliance with Safeguarding Covered Defense Information Controls

252.204-7009

Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

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

252.204-7019

Notice of NIST SP 800-171 DoD Assessment Requirements

252.204-7020

NIST SP 800-171 DoD Assessment Requirements

252.204-7024

Notice on the use of the Supplier Performance Risk System

252.215-7010

Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data--Basic

252.215-7012

Requirements for Submission of Proposals via Electronic Media

252.215-7013

Supplies and Services Provided by Nontraditional Defense Contractors

252.223-7004

Drug-Free Work Force

252.223-7008

Prohibition of Hexavalent Chromium

252.225-7012

Preference for Certain Domestic Commodities

252.225-7031

Secondary Arab Boycott of Israel

252.225-7048

Export-Controlled Items

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

252.244-7000

Subcontracts for Commercial Products or Commercial Services

252.247-7023

Transportation of Supplies by Sea--Basic

C-202-H001      ADDITIONAL DEFINITIONS--BASIC  (NAVSEA) (OCT 2018)

C-204-H001      USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018)

C-211-H018      APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)

C-223-H003      EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)

C-223-H004      MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019)

C-223-N002      RESTRICTIONS ON USE OF YELLOW MATERIAL (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-247-H002     PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)

D-247-W001     PROHIBITED PACKINGS MATERIALS (NAVSEA) (OCT 2018)

E-246-H013 INSPECTION AND ACCEPTANCE OF DATA (NAVSEA) (OCT 2018)

E-246-H016      INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)

F-247-H001      DELIVERY OF DATA (NAVSEA) (OCT 2018)

G-232-H002     PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018)

G-232-H004     GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018)

G-232-H005     SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

G-242-H001     GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)

G-242-H002     HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)

H-209-H003      REQUIRED DISCLOSURE OF ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (NOV 2022)

H-223-N001     INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019)

L-245-H001      AVAILABILITY OF GOVERNMENT PROPERTY (NAVSEA) (JUL 2024)

L-245-H002      INSTRUCTIONS REGARDING GOVERNMENT PROPERTY (NAVSEA) (JUL 2024)

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 dated 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.
  • Technical Submission to include:
    • Submission of technical information demonstrating compliance with the specifications, including, but not limited to:
      • Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s).
      • Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures of the equipment, and technical specifications of the equipment including model/series unit demonstrating compliance with the PWS and specifications. These should be readily identified by the item ID number.
      • The details of any/all exceptions taken to the specification.

The completion and submission of the above items will constitute a quote and will be considered the vendor’s unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable. Potential contractors will be screened for contractor responsibility in accordance with   

FAR Subpart 9.1.

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 Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:

- Technical Acceptability (Must meet specifications and document capabilities)

- Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)

- Price (Lowest Price Technically Acceptable, 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

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.

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 Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.

(End of Combined Synopsis/Solicitation)

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 14, 2026
N3904026Q3096- (1) 400 LPAC System- Point Loma San Diego | GovScope