Purchase deployable electronic shed to support radar deployment on NRL-Key West pier
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) in Key West, FL, is seeking to purchase a deployable electronic shed to support radar deployment on its pier. This is a Combined Synopsis/Solicitation (RFQ) for commercial items, conducted as a full and open competitive procurement on a Firm Fixed-Price (FFP) basis. Quotations are due by January 23, 2026, at 9 AM EST.
Scope of Work
The requirement is for a deployable electronic shed, specifically a built-out 20' shipping container, designed to support radar operations. Key technical specifications include:
- Container Build-out: Insulation, finished interior walls, electrical, lighting, and HVAC.
- Exterior: Paint color to be finalized post-award.
- HVAC: 1.5T Mini-Split System, One Zone.
- Electrical:
- Exterior: 480V 3-phase external fused safety switch, 100A Min.
- Interior 480V Panel: 3-phase, 125A min service, 18+ circuits, 100A main breaker.
- Transformer: 25 kVA 480VAC to 240VAC/120VAC single phase.
- Interior 240/120 Panel: Single phase, 125-amp, 24+ circuits, 100A main breaker.
- Doors: Operable cargo doors.
- Delivery: On-site to Key West, FL, with customer providing forklift off-load.
- Utilities: Located on the wall adjacent to doors; interior layout negotiable post-award.
Items must be brand name or equal in accordance with FAR 52.211-6. This procurement is for new equipment ONLY, and no remanufactured or "gray market" items are acceptable. Offerors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller, providing documentation of authorization.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: None (Full and Open Competition)
- NAICS Code: 332311 (Fabricated Structural Metal Manufacturing)
- PSC: 6640 (Laboratory Equipment And Supplies)
- Response Due: January 23, 2026, 9 AM EST
- Published Date: January 20, 2026
Evaluation
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, and the lowest-priced technically acceptable offer(s) will be considered for award. The Government may evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement.
Submission Requirements
Offerors must submit one copy of their technical and price quote via email to James Buie at james.r.buie4.civ@us.navy.mil. Quotes must include the company's DUNS Number and CAGE Code. Offerors must state acceptance of the solicitation's terms and conditions or list exceptions with rationale. An active registration in the System for Award Management (SAM) database (www.sam.gov) is required.
Additional Notes
Numerous FAR and DFARS provisions and clauses are incorporated by reference, including those related to representations and certifications, commercial items, and defense acquisition regulations. Offerors must complete annual representations and certifications online at http://orca.bpn.gov.