N39040PSE2590- Temp HPAC Groton CT
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Apr 02, 2025 03:17 pm EDT
- Original Published Date: Mar 25, 2025 04:18 pm EDT
- Updated Date Offers Due: Apr 11, 2025 12:00 pm EDT
- Original Date Offers Due: Apr 11, 2025 12:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Apr 11, 2026
- Original Inactive Date: Apr 11, 2026
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: W043 - LEASE OR RENTAL OF EQUIPMENT- PUMPS AND COMPRESSORS
- NAICS Code:
- 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Place of Performance: CT 06340USA
Description
COMBINED SYNOPSIS/SOLICITATION NOTICE:
Requirement Title: Rental of one (1) 5000 PSIG HPAC
Solicitation Number: N3904025Q2950
Response Deadline: 04/11/2025 @1200 PM EST
POC: Gordon Roberts III (gordon.j.roberts1@navy.mil) ; 207-451-7119
Portsmouth Naval Shipyard, Kittery, ME
GENERAL INFORMATION:
1. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on SAM.gov.
2. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Change Notice 2025-0117. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:
https://www.acquisition.gov/browse/index/far and http://www.acq.osd.mil/dpap/dars/change_notices.html.
3. This solicitation is being issues as a(n): Request For Quotation (RFQ)
4. This acquisition is for: Total Small Business Set Aside
5. North American Industry Classification System Code (NAICS): 532490 “Other Commercial and Industrial Machinery and Equipment Rental and Leasing”
6. The size standard is: 40 Millions of Dollars
REQUIREMENT INFORMATION:
The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: Rental of one (1) 5000 PSIG HPAC
- Period of Performance: 09/10/2025-07/10/2026
- Option Period of Performance: 07/11/2026-08/10/2026
- Place of Performance: Naval Submarine Base New London, Groton Connecticut
CLAUSES:
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement:
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation
52.204-2 Security Requirements
52.204-7 Disclosure of Information
52.204-8 Annual Representations and Certifications
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-20 Predecessor of Offeror
52.204-21 Basic Safeguarding of Covered Contractor Information Systems
52.204-22 Alternative Line Item Proposal
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services--Representation
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.211-16 Variation in Quantity
52.211-17 Delivery of Excess Quantities
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services
52.212-2 Evaluation—Commercial Products and Commercial Services
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004)
52.215-1 Instructions to Offerors—Competitive Acquisition
52.215-6 Place of Performance
52.217-5 Evaluation of Options
52.217-9 Option to Extend the Term of the Contract
52.219-1 Small Business Program Representations
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction
52.222-50 Combating Trafficking in Persons
52.223-5 Pollution Prevention & Right-To-Know Information
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications
52.226-7 Drug-Free Workplace
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-36 Payment by Third Party
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.244-6 Subcontracts for Commercial Products and Commercial Services
52.246-2 Inspection of supplies—Fixed-Price
52.247-34 F.o.b. Destination
52.252-2 Clauses Incorporated by Reference
52.252-5 Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
Additional DFARS contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020 NIST SP 800-171 DoD Assessment Requirements
252.204-7024 Notice on the use of the Supplier Performance Risk System
252.215-7010 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data--Basic
252.215-7012 Requirements for Submission of Proposals via Electronic Media
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7004 Drug-Free Work Force
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7012 Preference for Certain Domestic Commodities
252.225-7031 Secondary Arab Boycott of Israel
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Products or Commercial Services
252.247-7023 Transportation of Supplies by Sea--Basic
C-202-H001 ADDITIONAL DEFINITIONS--BASIC (NAVSEA) (OCT 2018)
C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018)
C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019)
C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019)
C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019)
C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018)
C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018)
D-247-H002 PACKAGING OF SUPPLIES—BASIC (NAVSEA) (OCT 2018)
D-247-W001 PROHIBITED PACKINGS MATERIALS (NAVSEA) (OCT 2018)
E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018)
F-211-W001 PARTIAL DELIVERIES (NAVSEA) (OCT 2018)
F-242-H001 CONTRACTOR NOTICE REGARDING LATE DELIVERIES (NAVSEA) (OCT 2018)
F-247-N002 INSTRUCTIONS FOR DELIVERIES TO THE PORTSMOUTH NAVAL SHIPYARD (NASEA) (MAR 2019)
G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018)
G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018)
G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)
G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)
G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018)
H-209-H003 REQUIRED DISCLOSURE OF ORGANIZATIONAL CONFLICT OF INTEREST (NAVSEA) (NOV 2022)
H-223-N001 INFORMATION ON EXPOSURE TO HAZARDOUS MATERIAL (NAVSEA) (JAN 2019)
52.212-1 Instructions to Offerors--Commercial Items
I. GENERAL
In addition to FAR 52.212-1, “Instructions to Offerors – Commercial Items” and any other instructions
contained elsewhere in this solicitation, the following information is provided:
Objections to any of the terms and conditions of the RFQ will constitute a deficiency which will make the offer unacceptable.
IMPORTANT NOTES:
- Vendors shall respond to all requirements of the solicitation document. Vendors are cautioned not to alter the solicitation.
- Initial quotes and any modifications thereto are to be submitted to the Contracting Office on or before the closing dated time cited elsewhere in this Request for Quote.
- Responses should be submitted via email only
- Please review all specifications carefully.
II. CONTENT OF QUOTE
- RFQ pricing and information pages completed by the vendor.
- Technical Submission to include:
- Submission of technical information demonstrating compliance with the specifications, including, but not limited to:
- Technical submission shall include the Manufacturer Name and Model Number of the specific unit(s) being proposed. The Government will only evaluate those specifically identified unit(s).
- Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures of the equipment, and technical specifications of the equipment including model/series unit demonstrating compliance with the PWS and specifications. These should be readily identified by the item ID number.
- The details of any/all exceptions taken to the specification.
- Submission of technical information demonstrating compliance with the specifications, including, but not limited to:
The completion and submission of the above items will constitute a quote and will be considered the vendor’s unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits hereto. An objection to any of the terms and conditions of the solicitation will constitute a deficiency which will make the offer unacceptable. Potential contractors will be screened for contractor responsibility in accordance with
FAR Subpart 9.1.
52.212-2, Evaluation - Commercial Items is applicable to this procurement.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria:
- Technical Acceptability (Must meet specifications and document capabilities)
- Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule)
- Price (Lowest Price Technically Acceptable, after adherence to other factors)
Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.
Technical:
Please provide documentation demonstrating your capabilities in fulfilling the SOW.
Technical Evaluation Ratings
Rating
Description
Acceptable
Submission clearly meets the minimum requirements of the solicitation
Unacceptable
Submission does not clearly meet the minimum requirements of the solicitation
If the technical submittal is determined “Unacceptable”, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as “Unacceptable” and will no longer be considered for further competition or award.
Schedule:
Please confirm availability for requested period of performance. If your company is unavailable for the requested period, please provide earliest available start. Please provide your best and fastest schedule. Award may be made to the vendor who can provide the soonest execution.
Price:
The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule.
(End of Combined Synopsis/Solicitation)
Attachments/Links
Contact Information
Contracting Office Address
- PORTSMOUTH NH 03801-5000
- PORTSMOUTH , NH 03801-5000
- USA
Primary Point of Contact
- Gordon Roberts III
- gordon.j.roberts14.civ@us.navy.mil
- Phone Number 2074517119
Secondary Point of Contact
History
- Apr 02, 2025 03:17 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 25, 2025 04:18 pm EDTCombined Synopsis/Solicitation (Original)