Temp Dehumidification System - PNSY
ID: N3904026Q3035Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

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

PSC

PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS (6685)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals for the lease of a Temporary Dehumidification System to support mission operations in Kittery, Maine. The procurement involves the rental of dehumidification packages, including necessary training, maintenance, and technical services, with options to extend rental periods for up to three cooling seasons. This system is critical for providing dry and tempered air for industrial applications, ensuring operational efficiency at the shipyard. Interested contractors must submit their proposals by November 21, 2025, at 9 AM EST, and can direct inquiries to David Agea at david.a.agea.civ@us.navy.mil or by phone at 207-994-0614.

    Point(s) of Contact
    Files
    Title
    Posted
    The Portsmouth Naval Shipyard (PNSY) seeks to lease a Temporary Dehumidification System, including Desiccant Climate Controlled Units (DCCUs), a 230-ton chiller, a 600 GPM chilled water pump, and associated hose assemblies and manifolds. The system will provide dry and tempered air for industrial applications. Contractors can propose either four 10,000 CFM DCCUs or three 15,000 CFM DCCUs, both considered technically equivalent. Key technical requirements include detailed specifications for DCCU physical attributes, process air, desiccant reactivation, chiller capacity, pump performance, and hose/fitting standards, all of which must be frame/skid mounted and meet lifting and handling requirements. All equipment must be pre-wired with remote E-Stop capability and undergo hydrostatic testing. The contractor is responsible for delivery, installation, commissioning, maintenance, and training, with strict repair/replacement timelines. Security requirements for personnel and vehicles accessing PNSY are also outlined.
    The document is a Past Performance Information Form, likely used in government RFPs or grant applications. It requests detailed information about an offeror's previous contracts over the past five years. Key data points include the contract number, customer details (name, location, point of contact, and contact information), total dollar amount, number of personnel, and period of performance. The form also requires a detailed description of the work, any quality, delivery, or cost problems encountered with corrective actions taken, and details regarding subcontractors utilized, including their work scope and annual dollar value. This form is crucial for evaluating an offeror's capability and reliability based on their past performance.
    The Past Performance Report Form (Solicitation N3904026C3035) is a government document used to evaluate a contractor's performance on previous projects. It focuses on key areas such as quality, timeliness, and responsiveness. The form requests detailed descriptions of the contractor's satisfaction, instances of rework or deficiencies, and the overall proficiency of their workforce. It also assesses their ability to meet delivery schedules and submit information promptly. Furthermore, the report delves into the contractor's problem-solving efforts and overall strengths and weaknesses. The form concludes by asking if the awarding agency would rehire the contractor and if they are aware of similar past efforts, including contact information for references.
    Enclosure 1, Table E1, titled "SOW Compliance Checklist," is a document designed for Offerors to demonstrate their compliance with the Statement of Work (SOW) requirements for federal government RFPs, federal grants, and state/local RFPs. It is structured into sections for "Equipment" and "Services," detailing specific SOW requirements such as "Required Components," "Water Heater Requirements," "Hose Requirements," "Fittings," "Section 6 (in its entirety) Services," "Section 7 (in its entirety) Deliverables," and "Delivery Acceptance and Return." Offerors must indicate "YES" or "NO" for compliance with each SOW reference and explain any "EXCEPTIONS TO SOW" if non-compliant. This checklist is a critical tool for evaluating proposals, ensuring transparency, and standardizing the assessment of compliance in government procurement processes.
    The Portsmouth Naval Shipyard (PNSY) seeks to lease a Temporary Dehumidification System, including Desiccant Climate Controlled Units (DCCUs), a 230-ton chiller, a 600 GPM pump, and associated hose assemblies and manifolds. The system must provide dry and tempered air for industrial applications. Contractors can propose either four 10,000 CFM DCCUs or three 15,000 CFM DCCUs, both considered technically equivalent. All equipment must be frame/skid mounted, meet lifting requirements, and include remote E-Stop capabilities. The contractor is responsible for delivery, installation, commissioning, training, maintenance, and providing technical documentation and a Machinery Quality Checklist (MQC) report. Personnel accessing PNSY must be U.S. citizens, undergo vetting, and adhere to strict security protocols regarding identification, badges, and prohibited devices.
    The "PAST PERFORMANCE INFORMATION FORM" (N3904026C3035) is a standardized document used in government procurement, likely for federal, state, or local RFPs and grants. Its purpose is to collect detailed past performance data from an offeror to assess their qualifications and experience. The form requires information such as the offeror's name, contract details, customer contact information, total dollar amount of past efforts (both estimated and actual for ordering vehicles), number of personnel, and period of performance. Crucially, it requests a detailed description of the work performed to demonstrate relevance to the current solicitation, information on any quality, delivery, or cost problems encountered and the corrective actions taken, and details about subcontractors utilized, including their work description and annual dollar value. This form is essential for government agencies to evaluate an offeror's capability and reliability based on their past project execution.
    The Past Performance Report Form (Solicitation N3904026C3035) is a government document designed to evaluate contractor performance for federal, state, and local RFPs and grants. It assesses various aspects of a contractor's work, including quality, timeliness, and responsiveness. Key areas of evaluation include satisfaction with the offeror, instances of rework or deficiencies, workforce proficiency, adherence to schedules, and timely submission of information. The form also investigates the contractor's ability to resolve problems and implement systemic improvements. It concludes by asking whether the agency would re-award a contract to the contractor, inquires about similar past efforts, and requests information for additional contacts, thereby aiding in future contract awarding decisions.
    Enclosure 1, Table E1, titled "SOW Compliance Checklist," is a crucial document for Offerors responding to government RFPs. It mandates a clear "YES" or "NO" indication for compliance with specific Statement of Work (SOW) requirements related to equipment (Sections 3.1-3.4 and 4) and services (Section 6 and 7). Offerors must justify any non-compliance under the "EXCEPTIONS TO SOW" column, providing explanations for each deviation. The checklist ensures that proposals align with the SOW requirements and that any exceptions are clearly documented. This document streamlines the evaluation process by providing a standardized method for Offerors to demonstrate their adherence to the SOW, facilitating transparency and accountability in government contracting. It also highlights the importance of consistency between the checklist responses and any supporting documentation provided by the Offeror.
    This government solicitation (N3904026Q3035) is a Women-Owned Small Business (WOSB) Request for Proposal (RFP) for the rental of a Temporary Dehumidification System for the Portsmouth Naval Shipyard. The contract, rated DO-A3 under the Defense Priorities and Allocations System, has an offer due date of October 31, 2025. It specifies the rental of primary or alternate dehumidification system packages, including training, maintenance, and technical services, along with associated freight costs. The solicitation also includes options to extend the rental periods for up to three cooling seasons. Key data requirements, such as Lifting & Handling Certifications and Preventative Maintenance Schedules, are outlined. The document details packaging and marking requirements, prohibits specific materials like yellow packaging, and sets forth inspection, acceptance, and delivery terms to the Portsmouth Naval Shipyard. It further includes clauses on the exclusion of mercury, restrictions on yellow materials, and electronic invoicing instructions via Wide Area WorkFlow (WAWF).
    This document is Amendment 0001 to Solicitation N3904026Q3035, issued by the PORTSMOUTH NAVAL SHIPYARD. The primary purpose of this amendment is to extend the due date for submitting quotes from October 31, 2025, to November 14, 2025, at 9 AM EST. The amendment details the methods by which offerors must acknowledge receipt of this change, emphasizing that failure to do so by the specified deadline may result in the rejection of their offer. It also outlines procedures for modifying an already submitted offer. All other terms and conditions of the original solicitation remain unchanged. The amendment was issued on October 29, 2025, and signed by Nathan R. Westman.
    This government file is an amendment (N3904026Q30350002) to a solicitation issued by the Portsmouth Naval Shipyard, specifically addressing modifications to contract N3904026Q3035. The primary purpose of this amendment is to extend the offeror due date for proposals from November 14, 2025, to November 21, 2025, at 9 AM EST. The document details the procedures for acknowledging receipt of the amendment, including completing specific items on the form, acknowledging it on each offer copy, or submitting a separate letter or electronic communication. It also outlines how changes to already submitted offers can be made in response to this amendment. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Rental/lease a Cold and frozen storage
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking qualified vendors to provide rental services for cold and frozen storage units under Request for Quotation N3904026Q304A. The procurement involves a Firm Fixed Price contract for one refrigerator box and one freezer box, with a base period of 52 weeks and two additional option periods, emphasizing the need for adherence to specific technical specifications and maintenance responsibilities. This opportunity is crucial for ensuring the proper storage of sensitive materials, and it is set aside for small businesses, with quotes due by 3:00 PM EST on December 12, 2025. Interested vendors must submit their proposals via email and ensure they are registered in SAM.gov, while also complying with Operations Security requirements outlined for contractors at the shipyard.
    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).
    Rental of one (1) Nitrogen Trailer
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting bids for the rental of one high-pressure nitrogen gas tube trailer. The procurement aims to secure a temporary rental solution that meets specific operational requirements for High-Pressure Nitrogen Flasks Charging Operations, with the trailer needing to supply nitrogen at pressures between 2000-4500 psig and volumes ranging from 27,000 to 81,556 scf. This equipment is crucial for maintaining operational efficiency at the shipyard located in Kittery, Maine. Interested small businesses must submit their quotations by December 12, 2025, at 3:00 PM EST, with the rental period commencing on January 6, 2026, and an option for extension until August 10, 2026. For further inquiries, potential bidders can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.
    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.
    Justification for Other Than Full & Open Competition for N3904022C0012 Extension
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend contract N3904022C0012 for the lease or rental of prefabricated structures and scaffolding at the Portsmouth Naval Shipyard in Kittery, Maine. This extension is justified on a Sole Source basis for a period of 10 weeks, from January 23, 2023, to April 4, 2023, in accordance with FAR 6.305(b). The procurement is critical for maintaining operational capabilities at the shipyard, ensuring that necessary equipment is available for ongoing projects. Interested parties can reach out to Audrey Brown at audrey.l.brown43.civ@us.navy.mil or by phone at 207-451-8940 for further details regarding this opportunity.
    Hygrometer Calibration
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotes for the calibration of Panametrics OptiSonde chilled mirror hygrometers and associated sensors. This procurement is aimed at ensuring precise calibration services that meet stringent standards, with a focus on maintaining compliance with ISO/IEC 17025:2017 and other relevant accreditation requirements. The contract includes a base period from January to May 2026, followed by four one-year option periods extending through May 2030, with performance occurring at the contractor's facility. Interested vendors must submit their quotes by December 10, 2025, at 8:00 AM ET, and are required to be registered in SAM.gov, providing necessary certifications and a Government Property Management System Plan. For further inquiries, vendors can contact Madalyn Lavoie at madalyn.r.lavoie.civ@us.navy.mil.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. This project aims to enhance the electric and water utility systems critical for supporting nuclear-powered submarines and associated facilities, involving both on-base work and off-base modifications in collaboration with local utility providers. The procurement is unrestricted and will be evaluated based on both price and non-price factors, with a significant emphasis on corporate experience, scheduling, small business utilization, safety, and past performance. Interested contractors must submit their proposals, including various required forms and documentation, by the specified deadlines, and are encouraged to attend a pre-proposal conference on December 16, 2025, for further insights into the project. For additional information, potential bidders can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    Justification for Other Than Full & Open N3904021P0201 P00002
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking to extend the rental of the DCCU System under Purchase Order N3904021P0201 on a Sole Source basis for an additional 18 weeks. This extension is necessary due to delays in the repair schedule of the USS Greenville caused by safety issues, which have resulted in a work stoppage and subsequent slowdown. The DCCU System is critical for maintaining strict environmental conditions required for shipyard operations, and any interruption in service could violate essential environmental and safety regulations. For further inquiries, interested parties may contact Audrey Brown at audrey.l.brown43.civ@us.navy.mil.
    Justification for Other Than Full & Open Competition for N3904022P0240
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a sole source contract for the rental of Temp Electrical Packages at the Portsmouth Naval Shipyard in Kittery, Maine. This extension is necessary due to delays in repair work on the USS Alexandria, caused by safety issues that have impacted the project timeline, necessitating an additional eight weeks of equipment rental. The Temp Electrical Packages are critical for maintaining power to essential systems onboard the ship, ensuring compliance with safety and operational requirements. Interested parties can reach out to Audrey Brown at audrey.l.brown43.civ@us.navy.mil for further information regarding this opportunity.
    Justification for Other Than Full & Open for N3904021C0090
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to extend the rental of Temporary HVAC Equipment under Purchase Order N3904021C0090 for an additional 18 weeks on a sole source basis. This extension is necessary due to delays in the repair schedule of the USS Greenville caused by safety-related work stoppages, which have pushed the project timeline back by at least four months. The Temporary HVAC Equipment is critical for managing air onboard the submarine during dry dock repairs, and any interruption in service could lead to significant project delays. For further inquiries, interested parties can contact Audrey Brown at audrey.l.brown43.civ@us.navy.mil.