RENTAL OF TWO (2) SEA WATER PUMPS
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 Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY), is soliciting proposals for the rental of two (2) Sea Water Pumps for the Nuclear Power Training Unit (NPTU) in Goose Creek, SC. This is a Firm Fixed Price (FFP) Single Award Contract set aside for Total Small Businesses.
Opportunity Details
This solicitation, N42158-26-Q-0021, seeks to procure two electrically powered Sea Water Pump Units. The units are required to meet specific performance criteria, including 480V electrical power, 300 GPM flow rate at specified heads, self-priming and dry-running capability, 24/7 operation, and specific discharge connections. The contractor will be responsible for equipment delivery, setup, removal, onsite assistance, providing a point of contact for repairs, and ensuring timely service/replacement.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Single Award Contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 532490 - Purchase & Lease- Lease Or Rental Of Equipment- Pumps and Compressors ($47.0M size standard)
- Product Service Code: W043 - Lease Or Rental Of Equipment: Pumps And Compressors
- Period of Performance: May 05, 2026, to July 06, 2026, with options for one-week extensions.
- Questions Due: May 1, 2025, at 10:00 AM Eastern
- Proposals Due: May 4, 2025, at 10:00 AM Eastern
- Published Date: May 1, 2026
Submission & Evaluation
Offerors must submit quotations in Adobe Acrobat .pdf format, including a completed and signed SF1449, company information, acknowledgment of terms and amendments, FAR 52.212-3 representations, confirmation of POP, a technical description, and a completed "TECHNICAL CAPABILITY/CONTRACTOR RESPONSIBILITY CERTIFICATION STATEMENT." Failure to provide all required documents by the deadline may preclude award consideration.
Evaluation will consider Technical Capability, Delivery, and Price. Technical acceptability is a pass/fail assessment; only technically acceptable quotes will be considered. Among these, delivery schedule and price are of equal importance. The Government reserves the right to award to other than the lowest bidder based on best value.
Key Requirements
- Pump Specifications: 480V, 200 amp circuit breaker, 300 GPM at 150 ft delivery head/20 ft suction head, self-priming, dry-running, 24/7 operation, 2-1/2" male NPT discharge, 50 ft suction hose.
- Contractor Responsibilities: Delivery, setup, removal, initial start-up assistance, 6-hour service dispatch, 24-hour service completion, 48-hour replacement, preventative maintenance, and adherence to NPTU security/badging requirements.
- SAM Registration: Offerors must be registered in the System for Award Management (SAM) at https://sam.gov to be eligible for award.
Contact Information
All questions should be directed to Theresa Clark (theresa.m.clark36.civ@us.navy.mil) and Rebekah Riggins (rebekah.r.riggins.civ@us.navy.mil).