POWER PACK: MAXPRO TECHNOLOGIES MODEL MTPP15-W-PP111-HL-N-G-2V-RD. Brand Name Manditory
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, specifically the Portsmouth Naval Shipyard, is seeking quotes for a Brand Name Mandatory POWER PACK: MAXPRO TECHNOLOGIES MODEL MTPP15-W-PP111-HL-N-G-2V-RD. This acquisition is a Total Small Business Set-Aside and is issued as a Combined Synopsis/Solicitation (Request For Quotation - RFQ).
Scope of Work
The requirement is for the procurement of three (3) MAXPRO TECHNOLOGIES MODEL MTPP15-W-PP111-HL-N-G-2V-RD Power Packs. These units are designed for water service, featuring an air-driven pump, specific gauges, valves, and high-pressure plumbing components, capable of 15,000 PSIG maximum outlet pressure. The power packs must be pre-plumbed, mounted, and tested prior to shipment. Pricing must include shipping to the Portsmouth Naval Shipyard in Kittery, ME.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 333996 (Fluid Power Pump and Motor Manufacturing)
- Size Standard: 1250 Employees
- Response Deadline: February 6, 2026, 10:00 AM EST
- Published Date: January 30, 2026
- Required Delivery Date: June 26, 2026
- Place of Performance: Portsmouth Naval Shipyard, Kittery, ME, 03904
- Contract Type: The government intends to award a purchase order.
Evaluation
Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, considering:
- Technical Acceptability: Proposed product must meet all technical requirements. An "Unacceptable" technical rating will render the proposal unacceptable.
- Delivery Schedule: Fastest delivery time.
- Price: Lowest pricing terms.
- Past Performance: Based on recent and relevant projects within the last 5 years. Vendors with no past performance will be rated "Acceptable."
Submission Requirements
- Offers shall be emailed to Lauren LeDuc at lauren.w.leduc.civ@us.navy.mil.
- Vendors must provide technical literature for the exact unit quoted.
- Vendors must provide their lowest pricing terms and fastest delivery time.
- Include the provided RFQ form, filled out completely, with highlighted yellow fields.
- Include at least three (3) previous relevant projects or contracts for past performance evaluation.
- Vendors must be registered in the System for Award Management (SAM) database (www.sam.gov) to be considered for award.
Additional Notes
This is the only solicitation; a written solicitation will not be issued, and paper copies will not be available. This solicitation incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Change Notice 2025-1110. Bidders must adhere to the Portsmouth Naval Shipyard's Operations Security (OPSEC) Plan and Portable Electronic Device (PED) Policy to protect sensitive information.