Liebert Chilled Water Systems
Key Dates
Due Date
-
Posted Date
-
Agency & Value
Agency
NSWC DAHLGREN
Contract Value
Not provided
Codes & Classification
Solicitation Number
N0017826Q6715
NAICS
333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
Classification Code
7C20
Additional Details
Documents3
The Naval Surface Warfare Center Dahlgren Division (NSWCDD), a federal office under the Department of the Navy, has issued a combined synopsis/solicitation (N0017826Q6715) for the procurement of Liebert Chilled Water Systems. This requirement is specifically for precision cooling equipment manufactured by VERTIV CORPORATION, including the Liebert CoolPhase Precision Cooling System (P/N: DS042AZA1E0) and the Vertiv CoolPhase Outdoor Air-Cooled Microchannel Condenser (P/N: MCS056E5AD). The procurement is classified under NAICS Code 333415, which pertains to Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing, and Product Service Code 7C20, denoting IT and Telecom – Data Center.
The primary objective of this procurement is to acquire cooling systems that are fully compatible in form, fit, and function with the existing infrastructure at the NSWCDD facility in Dahlgren, Virginia. The use of alternative products would necessitate unbudgeted system integration, operability, functionality, redesign, and testing, making brand compatibility a critical requirement. The intended outcome is to ensure seamless integration and reliable operation within the current data center environment, supporting mission-critical IT and telecom functions.
This solicitation is issued as a Request for Quotation (RFQ) using commercial acquisition procedures under FAR Part 12 and publicizing requirements of FAR Part 5. It is a "Brand Name or Equal" procurement per FAR 6.103-1(d), and is not eligible for small business set-aside. All materials must be Trade Agreements Act (TAA) compliant, and Buy American provisions apply unless the value exceeds the applicable Trade Agreements threshold. The order will be issued on a firm fixed-price basis, and all costs—including shipping, freight to Dam Neck, Virginia Beach, VA 23461-2097, and any applicable tariffs or duties—must be included in the quoted price. No additional costs will be accepted after award, and DFARS 252.225-7013, Duty-Free Entry, will be incorporated where applicable.
Offerors must be authorized resellers or distributors of the brand-name items, and must provide documentation from the Original Equipment Manufacturer (OEM) confirming their status. Only quotations from authorized resellers with a Letter of Authorization will be considered. The award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Offerors are encouraged to submit published pricing, historical pricing data, or other supporting information to facilitate the Government’s price analysis and determination of fair and reasonable pricing.
To be eligible for award, firms must be registered in the System for Award Management (SAM). Submission of a quotation constitutes unconditional agreement to the terms and conditions of the solicitation, and compliance with applicable representations and certifications in SAM.
The anticipated publication date for this opportunity is March 24, 2026, with a closing date of April 1, 2026, at 5:00 p.m. EST. The anticipated award date is April 30, 2026. Questions and responses regarding the solicitation should be directed to the Contracting Point of Contact, Lee Ann Mizelle, via email at [email protected] or by phone at (540) 742-8050. Reference the solicitation number N0017826Q6715 in all correspondence.
Attachments to the solicitation include the Materials List, a redacted Statement of Work (SOW), and SF1449 (Solicitation for Commercial Items). The full notice and related documents are available at https://sam.gov/opp/f8e480363f004a89a83896a3e72b3733/view.
Contractors evaluating this opportunity should ensure their ability to supply the specified VERTIV CORPORATION equipment, meet TAA compliance, and provide all-inclusive pricing. The requirement for compatibility with existing infrastructure and the necessity for OEM authorization are key elements that will remain constant throughout the contract lifecycle.