N4523A26Q5705 Sole Source Notice - Liquid Nitrogen
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 Department of the Navy / Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) is conducting market research (Sources Sought) to identify industry capability and interest in providing one (1) 100kW Diesel Generator (DG) rental. This generator will serve as part of an emergency power supply system (EPSS) for primary and/or standby backup power at the shipyard in Bremerton, WA. This opportunity is designated as an 8(a) Sole Source. Responses are due by March 11, 2026.
Scope of Work
The requirement is for a self-contained 100kW DG system, 480VAC 3-phase, with an isolated neutral bus and a minimum 200A main output circuit breaker. Key technical specifications include:
- Performance: Must assume rated electrical load within ten seconds of starting.
- Fuel System: UL 142 compliant fuel tank sized for 16 hours of full load run time, capable of refueling while operating.
- Monitoring & Safety: Local electrical start, maintenance-free batteries, water jacket heater, non-resettable hour meter, and comprehensive visual/audible alarms for critical conditions (e.g., low oil pressure, low fuel, over-speed). Automatic shutdown capability for various failures.
- Housing: All components must be housed within a NEMA 3R ISO enclosure with specific lifting and containment features.
- Support: 24/7 on-call manufacturer's technical representative or certified mechanic, with a 4-hour determination for repair/replacement and a 48-hour repair/replacement window.
- Documentation & Training: Provision of Operation and Maintenance manuals, proof of EPA off-road certification, and one hour of on-site familiarization training.
- Security: Contractor personnel must comply with DoD badging and security procedures, including background checks and U.S. Citizenship for unescorted access.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: 8(a) Sole Source (FAR 19.8)
- NAICS: 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing (Small Business Size Standard: $40 million)
- Response Due: March 11, 2026, 4:30 PM PST
- Published: March 3, 2026
- Place of Performance: Puget Sound Naval Shipyard, Bremerton, WA
Submission Requirements
Interested companies should submit a notice of interest on company letterhead (max 5 pages) including:
- Company information and capabilities relevant to the PWS.
- Answers to specific questions regarding small/large business status (under NAICS 532490), satisfactory past performance (within 3 years), organizational capabilities, intent to submit a quote, and technical specification documentation for proposed equipment.
- Email responses to Kimberly Neumann (kimberly.e.neumann.civ@us.navy.mil) and Edwin Baldoria (edwin.m.baldoria.civ@us.navy.mil) with "N4523A26Q5705 Sources Sought Response" in the subject line.
Additional Notes
This is for information and planning purposes only and does not constitute a Request for Quote (RFQ). The Government will not pay for response costs. Not responding does not preclude future participation. Information provided will be treated as Business Sensitive/Confidential.