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) intends to award a Firm Fixed Price (FFP) Single Award Contract for the rental of two (2) electrically powered Sea Water Pumps. This Total Small Business Set-Aside opportunity supports the Nuclear Power Training Unit (NPTU) in Goose Creek, SC. Questions are due May 1, 2026, and quotes are due May 4, 2026.
Scope of Work
The requirement is for the rental of two electrically powered Sea Water Pump Units. Key specifications include:
- Power: 480V, capable of starting/running on a 200 amp circuit breaker, with a male 500 mcm Kamlock fitting.
- Performance: Minimum flow of 300 Gallons per Minute (GPM) each at approximately 150 ft delivery head and 20 ft suction head.
- Features: 50 feet of suction hose (10-foot sections with strainer), capable of running dry and automatically priming, 24/7 operation, 2-1/2" male NPT discharge (adapters if needed), free-standing with forklift slots, and a metal tag with company/POC info.
- Contractor Responsibilities: Equipment delivery, setup, removal, onsite start-up assistance, POC for service/repair, assembly, parts for normal wear, preventative maintenance, service technicians meeting NPTU security, environmental catch basins (if applicable), rapid response (6-hour dispatch, 24-hour service, 48-hour replacement), and start-up training.
- Government Responsibilities: Provide operators, perform basic maintenance, handle equipment movements, and cover lost items/damage beyond normal wear.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Single Award Contract for commercial items.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 532490 - Purchase & Lease - Lease Or Rental Of Equipment - Pumps and Compressors (Size Standard: $47.0 million).
- PSC: W043 - Lease Or Rental Of Equipment: Pumps And Compressors.
- Period of Performance: May 7, 2026, to July 6, 2026, with options for one-week increments and an additional three weeks (21 days).
- Place of Performance: Nuclear Power Training Unit (NPTU), Goose Creek, SC.
Submission & Evaluation
- Submission Requirements: Quotes must be in Adobe Acrobat .pdf format, include a completed and signed SF1449 with prices, RFQ number, company details (Name, Address, Phone, Cage Code/Duns), agreement to terms, acknowledgment of amendments, completed FAR 52.212-3 (or SAM registration), confirmation of performance period, a technical description (specs, manuals, photos), and a completed "TECHNICAL CAPABILITY/CONTRACTOR / RESPONSIBLITY CERTIFICATION STATEMENT."
- Evaluation Factors: Technical Capability, Delivery, and Price.
- Award Basis: Award will be made to the responsible quoter whose quotation is most advantageous to the Government. Technical acceptability (rated "acceptable" or "unacceptable") is critical; unacceptable quotes will not be evaluated further. For technically acceptable quotes, the delivery schedule is considered of equal importance to price. The Government reserves the right to award to other than the lowest bidder based on best value and may make an award without discussions.
Key Dates & Contacts
- Questions Due: May 1, 2026, at 10:00 AM Eastern.
- Quotes Due: May 4, 2026, at 10:00 AM Eastern.
- Primary Contact: Theresa Clark (Contract Specialist) at theresa.m.clark36.civ@us.navy.mil, 757-396-8345.
- Contracting Officer: Ms. Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil, 757-967-4014.
Important Notes
Offerors must be registered in the System for Award Management (SAM) at https://sam.gov prior to award and throughout performance. Prospective offerors are responsible for downloading the solicitation and monitoring SAM.gov for any amendments.