AIR COMPRESSOR MAINTENANCE SERVICE
ID: FA4419-25-Q-0018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for air compressor maintenance services at Altus Air Force Base in Oklahoma. The procurement requires comprehensive maintenance, including scheduled minor and major services, as well as unscheduled repairs for Ingersoll Rand equipment, ensuring operational readiness and compliance with safety and environmental regulations. This maintenance service is critical for the effective functioning of military operations, reflecting the government's commitment to maintaining high standards of equipment reliability. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to Scott Swain at scott.swain.2@us.af.mil or Kelsey L. Brightbill at kelsey.brightbill@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for air compressor system maintenance at Altus Air Force Base, Oklahoma. It details the contractor's responsibilities, including scheduled (minor and major) and unscheduled maintenance of specific Ingersoll Rand equipment. Scheduled services involve quarterly minor maintenance and semi-annual major maintenance, encompassing inspections, lubrication, and necessary repairs, with all costs covered by the contractor. The contractor must also provide written estimates for any repairs during scheduled visits. Additional constraints include security protocols for personnel, safety regulations in compliance with OSHA standards, and adherence to environmental guidelines concerning hazardous materials. The government supplies necessary utilities and equipment while ensuring safety measures and security access at the base. All services are to be conducted during standard operating hours, with provisions for holiday observance. This statement serves to ensure high-quality maintenance of air compressor systems, reflecting the government’s commitment to operational readiness and safety compliance at military installations.
    The government document outlines a Request for Proposals (RFP) related to federal and state grants aimed at enhancing procurement processes. The primary focus is on inviting proposals from qualified vendors to address specific needs identified within various agencies. Key topics include the funding structure, eligibility criteria, submission guidelines, and evaluation parameters for potential bids. The document emphasizes the importance of compliance with federal standards, sustainability practices, and performance metrics to ensure that proposed solutions meet the strategic objectives of the requesting agency. Supporting details elaborate on deadlines for submission, required documentation, and the evaluation procedures that will determine the award of contracts based on price, technical merit, and compliance with regulations. This RFP serves to facilitate projects that require specialized services, products, or solutions, contributing to efficient governance and public service delivery. It enables a transparent selection process, ensuring taxpayers' dollars are spent effectively on quality offerings. Overall, the document promotes an organized approach to sourcing services, fostering competition, and enhancing the quality of public services through strategic partnerships with vendors.
    The document FA441925Q0018 outlines various clauses incorporated by reference for government contracts, particularly those concerning federal requests for proposals (RFPs) and grants. The clauses cover a range of compliance and operational guidelines including training requirements, compensation regulations for former Department of Defense (DoD) officials, antiterrorism training for contractors, and safeguarding sensitive information. Notably, the document addresses terms for electronic payment submissions, evaluation criteria for offers, and representations related to business operations with embargoed nations. It emphasizes the contractor's accountability regarding employment practices, environmental impacts, and financial certifications. The overarching purpose of this file is to ensure that contractors adhere to federal laws and regulations while executing contracts effectively and transparently. By clarifying requirements for proposals, it aims to promote integrity, fairness, and compliance in federal procurement processes, ultimately supporting the government’s operational standards and objectives.
    The document outlines the evaluation criteria for contracts involving commercial products and services under federal procurement. It specifies that contract awards will be given to responsible offerors whose submissions are most advantageous to the government, factoring in price and technical acceptability. The evaluation will focus on two main factors: 1. **Price** - Offers are assessed based on the Total Evaluated Price (TEP), which includes base year and four option years, plus an additional 50% for the fourth option year if applicable. The government retains the right to choose a vendor that may not have the lowest bid but offers higher quality. 2. **Technical Acceptability** - This factor evaluates whether the vendor's offering meets the requirements stated in the Performance Work Statement. Proposals must be detailed, clear, and cannot merely paraphrase the solicitation. Each submittal is rated as “acceptable” or “unacceptable” based on its compliance with the documentation. Overall, this guidance serves to ensure that the selection process for contracts is rigorous, promoting quality while being cost-effective. High standards are set for technical details, ensuring vendors provide clear evidence of how they meet solicitation requirements, crucial for government RFP evaluations.
    The document outlines key requirements for submitting proposals in response to a U.S. government solicitation. It specifies that price submissions must be completed using a designated page in the Combined Synopsis/Solicitation, while technical submissions require a separate document. Offerors must present clear and detailed technical information to substantiate their claims, avoiding vague statements or mere reiterations of the Performance Work Statement. The evaluation will be based solely on the provided information, as the Government assumes no prior knowledge of the offeror’s qualifications. All proposals must be submitted electronically via specified email addresses, and offerors need to enter unit prices for each Contract Line Item Number (CLIN). This addendum reinforces the importance of detailed, compelling submissions in the competitive federal contracting process, ensuring clarity in both pricing and technical capabilities.
    The document outlines the Bid Schedule for Air Compressor Service Maintenance, detailing the services required for five systems over a contract term that includes a base year and four optional years. The primary services are categorized into minor and major maintenance, as specified in the Performance Work Statement (PWS). Each service line includes quantities, unit costs, and authorized costs for parts, unscheduled service calls, and additional labor hours exceeding standard service agreements. The financial provisions indicate reimbursement limits for parts, escalating from $2,000 in the base year to $4,000 in the fourth option year, reflecting potential increases in service-related expenses. The structure allows for multiple bids across different years, ensuring continuous support and maintenance of the air compressor systems to maintain operational integrity. This request serves both federal and state/local procurement needs, emphasizing the importance of maintaining government equipment through contracted services while adhering to cost management protocols and service agreements to ensure accountability and efficient resource allocation.
    This document is a combined synopsis and solicitation for air compressor maintenance services under Solicitation Number FA4419-25-Q-0018. The solicitation is open to all vendors and follows regulations set forth by various federal acquisition circulars. The required maintenance services are detailed in an attached Performance Work Statement (PWS). Key dates to note include a question deadline of February 27, 2025, and an offer submission deadline of March 7, 2025. The primary location for service delivery is Altus AFB, Oklahoma. Interested contractors must ensure their registrations are current on SAM.gov for consideration, as indicated by essential clauses from the Federal Acquisition Regulation (FAR). Attachments listed include the PWS, Wage Determination, and Evaluation Factors, among others, providing necessary details for vendors to prepare their proposals. This solicitation aims to secure competitive offers for required maintenance services while adhering to federal guidelines, reflecting a commitment to transparency and open procurement in government contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mission Breathable Air Maintenance Service Contract
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Tobyhanna Army Depot, is soliciting proposals for the Mission Breathable Air Maintenance Service Contract. This contract involves providing preventative maintenance and emergency repair services for breathable air systems, ensuring optimal operation and compliance with safety and environmental regulations. The services are critical for maintaining air quality and safety standards within military facilities, emphasizing the importance of reliable equipment in operational readiness. Proposals are due by March 3, 2025, following a mandatory site visit on February 20, 2025, and interested contractors should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details.
    Air Compressor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of air compressors through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, and it falls under the NAICS code 811198, which pertains to all other automotive repair and maintenance services. Air compressors are critical for various maintenance and repair operations, ensuring the efficient functioning of equipment within military facilities. Interested vendors can reach out to Troy Boardman at troy.a.boardman.civ@army.mil or 502-898-0705, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the submission process and requirements.
    Air Compressor Maintenance for DLA Distribution Red River Texas (DDRT)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide air compressor maintenance services at DLA Distribution Red River in Texarkana, Texas. The procurement aims to establish a Firm Fixed Price contract with Time and Material (T&M) CLINs for comprehensive maintenance, including routine preventive maintenance, emergency repairs, and compliance with operational standards for two Ingersoll Rand and one Sullair air compressor. This contract is critical for ensuring the continuous operation of essential equipment, thereby supporting the DLA's mission. Interested vendors must submit their quotes by the specified deadline and are encouraged to contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or call 717-770-4285 for further inquiries.
    SCBA Air Compressor
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement, installation, and maintenance of a Self-Contained Breathing Apparatus (SCBA) air compressor for the Goodfellow Air Force Base Fire Department. The new compressor must meet stringent performance and safety criteria, including a 6,000 PSI capacity and compliance with OSHA and NFPA standards, to ensure the provision of clean air for firefighting and rescue operations. This procurement is critical for maintaining operational readiness and safety standards within the fire department, as the current mobile compressor is outdated and poses risks to emergency support operations. Interested vendors, particularly those classified as small businesses, must submit their quotes by February 14, 2025, and can direct inquiries to SSgt Robert Cosper at robert.cosper@us.af.mil or Armon Brown at armon.brown.2@us.af.mil.
    REPAIR OF 1 UNIT OF NSN 7R 4310 011779595
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of one unit of NSN 7R 4310 011779595. The procurement focuses on the repair services related to air and gas compressors, which are critical for various military applications and operations. Interested contractors should refer to the attached solicitation for detailed requirements and specifications. For inquiries, potential bidders can contact Gerard T. Weiss via email at gerard.t.weiss.civ@us.navy.mil.
    Overhaul of B-1 Hydraulic Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of B-1 hydraulic motors under Solicitation FA8118-25-R-0025. This procurement involves a one-year firm fixed-price requirements contract, where the selected contractor will be responsible for disassembly, cleaning, inspection, reassembly, and testing of the hydraulic motors to restore them to a like-new condition. The overhaul is critical for maintaining operational readiness and ensuring the reliability of essential defense equipment. Proposals are due by March 3, 2025, at 3:00 PM, and interested parties should direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    F-100 Case, Compressor, Air
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    COMPRESSOR,WING PY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the Compressor, Wing PY, under a federal contract opportunity. The procurement involves comprehensive repair and testing procedures to restore the compressor to a Ready for Issue (RFI) condition, ensuring compliance with specified military standards and documentation. This equipment is critical for aircraft operations, emphasizing the importance of maintaining operational readiness and reliability. Interested contractors should submit their proposals, including pricing and repair turnaround time, to Michael J. Brown at MICHAEL.J.BROWN43@NAVY.MIL or by telephone at 215-697-3765, with further details outlined in the solicitation documents.
    MUTES COMPRESSOR-DEHYDRAT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of Compressor-Dehydrator systems, as outlined in the Request for Quotation (RFQ) issued on February 7, 2025. The procurement aims to enhance supply chain performance and requires compliance with strict delivery, inspection, and acceptance protocols, including the submission of a Counterfeit Prevention Plan within 30 days of contract award. These systems are critical for maintaining operational integrity within defense logistics, ensuring timely and quality delivery of essential equipment. Interested contractors must submit their quotations by March 10, 2025, and can reach out to Kody Quayle at kody.quayle@us.af.mil for further inquiries.