Chill Water System Rental
ID: N4215826R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (W035)
Timeline
    Description

    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for the rental of a chill water system to support the USS New Hampshire, which includes two 30-ton chillers and one 60-ton chiller. The procurement aims to provide a complete cooling solution with a capacity range of 30 to 120 tons, requiring a maximum flow rate of 500 GPM and compliance with specific operational and safety standards. This contract is crucial for maintaining operational efficiency in an industrial environment, with a performance period of 12 months and options for extensions. Interested vendors must submit their quotes by 8:00 AM EST on October 29, 2025, to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil, and are encouraged to direct any questions to the same contact by October 21, 2025.

    Files
    Title
    Posted
    This addendum outlines instructions for contractors submitting quotations for commercial items under FAR Part 12 and Simplified Acquisition Procedures (FAR 13.5). Quotations must be emailed to Roshanda Sansom by the specified date and include completed representations/certifications, a technical acceptability statement, a crane spec sheet, and detailed pricing for each line item (monthly, weekly, daily breakdown). All supplied equipment must be marked with the contractor's information, government contract number, and vessel name/code. Failure to include a technical capabilities statement will render the quote ineligible. Award will be based on the technically acceptable item(s) resulting in the lowest aggregate price to the Government.
    This addendum outlines instructions for contractors submitting quotations for commercial items under FAR Part 12 and Simplified Acquisition Procedures (FAR 13.5). Quotations must be emailed to Roshanda Sansom by the specified date and include completed representations/certifications, a signed technical acceptability statement, a crane spec sheet, and a detailed price breakdown (monthly, weekly, daily) for each line item. Failure to provide a technical capabilities statement will render the quote ineligible. All equipment must be marked with the contractor's name, government contract number, and vessel name. Award will be based on the technically acceptable item(s) resulting in the lowest aggregate price to the Government.
    This government solicitation, N4215826R0001, is a Request for Proposal (RFP) for the rental of chill water systems for the USS New Hampshire, specifically 30-ton and 60-ton units, with an initial 12-month period of performance and two 12-month option periods, followed by two 6-month option periods. The acquisition is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) under NAICS code 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing). Key requirements include adherence to on-site safety regulations, electronic submission of payment requests via Wide Area WorkFlow (WAWF), and compliance with numerous FAR and DFARS clauses covering areas such as small business utilization, equal opportunity, environmental protection, and foreign acquisitions. The document details inspection and acceptance locations at Norfolk Naval Shipyard and emphasizes the importance of contractor compliance with all terms and conditions, including specific invoicing instructions and points of contact for contract administration.
    The solicitation N4215826R0001 is for the rental of a chill water system, specifically requesting a single chiller package comprising three integrated units capable of operating as a unified system to support 30 to 120 tons of cooling capacity. Key requirements include a strict maximum flow rate of 500 GPM (for all three chillers combined), a flexible minimum flow rate to prevent unit trip-offs at low cooling demands, and acceptance of a multi-skid setup while emphasizing minimal space requirements on a service bridge (approx. 20ft x 130ft footprint). The government is open to complex setups provided the system is reliable and within specifications, requiring contractor assistance for delivery, setup, initial start-up, and removal. On-site support for connections and operation will be provided. The contractor is responsible for hoses connecting their equipment, while NNSY provides power cables and hoses to the ship. Delivery is required by December 1, 2025.
    This Statement of Work (SOW) outlines the requirements for the rental of a chill water system at the Norfolk Naval Shipyard (NNSY). The system must comprise two 30-ton and one 60-ton air-cooled chillers, capable of supporting 30 to 120 tons of cooling. Key specifications include operation on a 460/480V, 400-amp circuit, a pumping system providing 30-500 GPM at 250 feet of head pressure, a 250-gallon transparent reservoir, and freeze protection. The system must operate 24/7 in an industrial environment and maintain a 55-65°F output temperature. The contractor is responsible for delivery, setup, maintenance, repairs within 4-8 hours, and compliance with NNSY safety and badging regulations, including specific lifting and rigging requirements.
    Lifecycle
    Title
    Type
    Chill Water System Rental
    Currently viewing
    Solicitation
    Similar Opportunities
    Refer/Freezer Rental
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified vendors to provide rental services for cold (refrigerator box) and frozen storage (freezer box) units under Solicitation Number N3904026Q3042. This procurement is a Total Small Business Set-Aside, requiring a Firm Fixed Price contract in accordance with the attached Statement of Work, and is crucial for maintaining operational efficiency at the shipyard. Interested contractors must ensure compliance with Operation Security (OPSEC) requirements and submit their quotations by the specified deadline. For further inquiries, vendors can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.
    4130--Supply: Chiller Rental
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotations for the rental of two 550-ton chillers for the Malcom Randall VA Medical Center located in Gainesville, Florida. This procurement involves a firm-fixed-price contract for temporary air-cooled rental chillers, which includes delivery, installation, operation, and removal, with a base period from February 1, 2026, to September 30, 2026, and two optional one-year extensions. The chillers are essential for maintaining optimal climate control within the medical facility, ensuring a comfortable environment for patients and staff. Interested vendors must submit their quotes via email to Contracting Officer Scott K. Brickey at scott.brickey@va.gov by December 23, 2025, at 4:30 PM EST, and are encouraged to attend a site visit scheduled for December 10, 2025.
    41--COOLER UNIT,AIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of two air cooler units. The contract requires the manufacturing of these units in accordance with specified design and quality assurance standards, emphasizing the importance of compliance with military specifications and traceability of parts. These air cooler units are critical for maintaining operational efficiency in various defense applications. Interested vendors must submit their proposals by January 9, 2026, and are encouraged to provide accelerated delivery options. For further inquiries, potential bidders can contact Kristina L. Alexander via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL.
    MMW Chiller for Balance of Plant
    Buyer not available
    The Department of Energy is seeking qualified vendors to provide an outdoor air-cooled MMW Chiller system for its Multi-Megawatt electrolyzer project, with a minimum cooling capacity of 30 tons required by March 2026. This chiller will play a crucial role in drying hydrogen produced by a proton exchange membrane (PEM) electrolyzer by cooling glycol to condense water from the hydrogen stream, ensuring the hydrogen is suitable for use in fuel cells and other applications. The procurement includes specific technical requirements such as a flow rate of 90-120 gpm, operation in extreme conditions, and compatibility with a 50/50 propylene glycol and water mixture. Interested parties should contact Kirby Hoffman at Kirby.Hoffman@nrel.gov for further details regarding the Request for Quote (RFQ) No. 2026027456.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    29--PUMP,COOLING SYSTEM
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of cooling system pumps, specifically NSN 2930014936007. The contract will involve a total quantity of 527 units, with a guaranteed minimum of 79 units, to be delivered within 71 days after order placement, and may result in an Indefinite Delivery Contract (IDC) with a total order cap of $350,000. These pumps are critical components for various military applications, ensuring efficient cooling in operational environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    CONDENSER REFRIGERATION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a condenser refrigeration unit, identified as NSN 4130-01-540-2113, which is a shell and tube type seawater condenser manufactured by Carrier Transicold Co. This procurement is critical for maintaining operational efficiency within the Coast Guard's logistics framework, as the condenser is essential for refrigeration systems on vessels. Interested vendors must ensure compliance with specific packaging, marking, and delivery requirements, including bar coding and itemized packing lists, with a submission deadline for quotes set for December 8, 2025, at 10:00 AM EST. Quotations should be directed to Yvette Johnson at Yvette.R.Johnson@uscg.mil, and all participating companies must be registered in the System for Award Management (SAM).
    Two Chiller Replacement Project
    Buyer not available
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Lease of Temporary HVAC Unit and Exhaust Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Navy at the Portsmouth Naval Shipyard, is seeking to extend a contract for the lease of temporary HVAC units and exhaust equipment. This extension, lasting 18 weeks, is crucial to ensure continuous support for ship repair and overhaul operations that have been delayed due to a shipyard-wide work stoppage, which has necessitated a rebaselining of projects by approximately four months. The equipment is essential for maintaining strict environmental conditions required for shipyard work, making it non-severable and justifying the need for the extension with the current contractor. Interested parties can reach out to Audrey Brown at audrey.l.brown43.civ@us.navy.mil for further information.