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 Department of the Navy's Norfolk Naval Shipyard (NNSY) is soliciting proposals for the rental of two (2) electrically powered Sea Water Pump Units for the Nuclear Power Training Unit (NPTU) in Goose Creek, SC. This is a Total Small Business Set-Aside opportunity. The government will handle pump installation and electrical connections; vendors are responsible for providing the pumps and suction hoses/strainers. Quotes are due May 5, 2026, at 9:00 AM Eastern.
Scope of Work
The requirement is for the rental of two (2) Sea Water Pump Units, electrically powered, capable of 24/7 operation. Key specifications include:
- Electrical: 480V, 200 amp circuit breaker, 500 mcm Kamlock fitting.
- Performance: Minimum 300 GPM at 150 ft delivery head and 20 ft suction head.
- Features: 50 feet of suction hose (10-foot sections) with strainer, dry-running and automatic priming capability, 2-1/2" male NPT discharge, free-standing with forklift slots, and a metal tag with vendor contact information.
Contractor responsibilities include equipment delivery, setup, removal, onsite assistance for initial start-up, providing a point of contact for repairs, performing preventative maintenance, and providing all parts for normal wear and tear. Contractors must dispatch a representative for service/repair within six (6) hours of notification, complete service within 24 hours, and provide a replacement within 48 hours if repair is not possible. Special requirements include adherence to rigging, OSHA, and Hazardous Energy Control (HEC) procedures, as well as NPTU security badging (DBIDS, NAVSEA).
Contract Details & Timeline
- Contract Type: Firm Fixed Price (FFP) Single Award Contract
- Set-Aside: Total Small Business Set-Aside (NAICS 532490 - Pumps and Compressors, $47.0M size standard; PSC W043)
- Period of Performance: May 7, 2026 - July 6, 2026, with options for one-week extensions (up to 3 additional weeks).
- Questions Due: May 1, 2026, 10:00 AM Eastern
- Quotes Due: May 5, 2026, 9:00 AM Eastern
Submission & Evaluation
Offerors must submit quotes in Adobe PDF format, including a signed SF1449 with prices, company information, agreement to terms, acknowledgment of amendments, completed FAR 52.212-3 (or SAM registration), confirmation of ability to meet the period of performance, a technical description, and a completed "TECHNICAL CAPABILITY/CONTRACTOR RESPONSIBILITY CERTIFICATION STATEMENT". Quotes must remain firm for 30 calendar days.
Evaluation will prioritize Technical Capability, Delivery, and Price. Technical acceptability (acceptable/unacceptable) is paramount, with unacceptable quotes being disqualified. Price reasonableness will be assessed. Award will be made to the technically acceptable offer that results in the lowest aggregate price to the Government. The Government reserves the right to award without discussions.
Important Notes
Offerors must be registered in the System for Award Management (SAM) at SAM.gov to be eligible for award. 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).