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.