Portsmouth Naval Shipyard (PNSY) is seeking to lease a Dehumidification (DH) system with an inline heater for use at New London, CT. This system will provide dry and tempered process air for various industrial applications. The required system includes one electric reactivation Desiccant Climate Control Unit (DCCU) with a 5,000 CFM capacity, two 60kW inline electric heating coils, supporting ductwork, and power cables. The system must be frame/skid mounted, weatherproof for outdoor operation from -10°F to 110°F, and meet specific lifting and handling requirements. All heating and reactivation coils must be electric resistance due to the unavailability of steam or natural gas. The contractor is responsible for equipment start-up, commissioning, maintenance, repairs, and training government operators. The system must adhere to AHRI Standard 410, ASHRAE Handbook of Fundamentals, UL listing, and NEMA 3 standards, with a maximum footprint of 15’ x 5’.
The DD Form 1423, Contract Data Requirements List (CDRL), is a standardized Department of Defense form used to list data items required from a contractor. This document provides detailed instructions for both government personnel and contractors on how to complete the form. It outlines fields for contract line item numbers, data item titles, authority, contract references, requiring offices, submission frequencies, and distribution. The form also defines four price groups (I, II, III, IV) for estimating the cost of data items, distinguishing between data essential for contract performance and data developed for internal use. The primary purpose is to ensure clear communication of data requirements, facilitate proper pricing, and standardize data delivery in federal government contracts.
The Portsmouth Naval Shipyard is soliciting quotes (N3904026Q3088) for the rental and maintenance of a dehumidification system with support services. This full and open competition, under NAICS code 532490, has a size standard of $40 Million. The performance period includes a six-week base from January 5, 2026, to February 15, 2026, and an optional two-week extension, all at the New London Subbase, Groton, CT. Proposals, due by December 17, 2025, at 5:00 PM EST, must be emailed and include completed pricing forms, a Statement of Work checklist, and technical documentation detailing equipment specifications and labor rates. Vendors must be SAM-registered. Award will be based on the Lowest Price Technically Acceptable, considering technical compliance, adherence to schedule, and past performance. The solicitation includes various FAR, DFARS, and NAVSEA clauses.