N39040PSE2979- 400 LPAC
ID: N39040PSE2979Type: Combined Synopsis/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

MATERIAL HANDLING EQUIPMENT, NONSELF-PROPELLED (3920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the rental of one VRLA 400 Low Pressure Air Compressor (LPAC) to be utilized at the Naval Submarine Base New London, Connecticut. The procurement aims to secure the compressor from April 29, 2025, to June 2, 2025, with an optional extension until June 16, 2025, under a Total Small Business Set Aside designation. This equipment is crucial for operational support, requiring vendors to provide all necessary components, including an air receiving tank and connection hoses, while ensuring compliance with federal regulations and standards. Interested vendors must submit their proposals via email by April 4, 2025, and can direct inquiries to Gordon Roberts III at gordon.j.roberts14.civ@us.navy.mil or by phone at 207-451-7119.

Point(s) of Contact
Files
Title
Posted
The Portsmouth Naval Shipyard (PNSY) outlines its Operations Security (OPSEC) contract requirements to ensure the protection of sensitive information from unauthorized disclosure. The OPSEC process is integral for contractors working on government projects, where they must secure Critical Information and Indicators (CII) throughout the contract duration. Contractors are required to create an OPSEC Plan, detailing their security measures, which must be submitted to the contracting official. Exposure to CII entails strict protocols, including prohibiting the sharing of such information on social media or through personal emails. Additionally, the document emphasizes the regulation of Portable Electronic Devices (PEDs) and mandates proper handling of Controlled Unclassified Information (CUI) to prevent compromise. Contractors must adhere to countermeasures such as shredding sensitive documents and reporting unauthorized disclosures. Overall, the document is essential for establishing a clear framework for managing and protecting sensitive information during contract execution, reflecting government priorities regarding security and information safeguarding within federal projects.
Mar 27, 2025, 9:05 PM UTC
The Portsmouth Naval Shipyard is soliciting proposals for the rental of one VRLA 400 Low Pressure Air Compressor (LPAC) to be utilized at the Naval Submarine Base New London, CT. The Request for Quotation (RFQ) seeks vendors capable of supplying the compressor from April 29, 2025, to June 2, 2025, with an optional extension until June 16, 2025. The acquisition is designated as a Total Small Business Set Aside under NAICS 532490. The contractor is responsible for providing all necessary equipment, including a compressor, air receiving tank, and connection hoses, with specifications ensuring outdoor compatibility and meeting various compliance standards. Proposals must be submitted via email by April 4, 2025, and include technical specifications demonstrating adherence to the outlined requirements. Evaluation criteria for awarding the contract will focus on technical acceptability, adherence to delivery schedules, and pricing, emphasizing the need for the lowest price that meets technical specifications. The RFQ underscores the need for vendors to maintain compliance with applicable federal regulations and standards while emphasizing equipment setup, startup, and training responsibilities for the contracted services.
Lifecycle
Title
Type
N39040PSE2979- 400 LPAC
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Compressor and hose
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of a High Pressure Air Compressor (HPAC) and associated hose for use on the USS Bataan. The requirement includes a compressor capable of producing a final pressure between 2700-3300 PSI with a discharge capacity of 19.8 Standard Cubic Feet per Minute (SCFM), along with a 75-foot hose compatible with the ship's air inlet system. This equipment is critical for enhancing operational efficiency and self-sufficiency aboard naval vessels, particularly for recharging Self-Contained Breathing Apparatus (SCBAs) and providing backup to the ship's low-pressure air system. Interested vendors must submit their quotes by the specified deadline, and all inquiries should be directed to Elysia Allen at elysia.m.allen2.civ@us.navy.mil, with a required delivery date of 24 weeks after receipt of order.
ELECTRIC HIGH PRESSURE AIR COMPRESSOR RENTAL
Buyer not available
Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a Total Small Business Set-Aside (FAR 19.5) for the rental of an ELECTRIC HIGH PRESSURE AIR COMPRESSOR. This service is typically used for leasing or renting equipment, specifically pumps and compressors. The place of performance is in San Diego, California, United States. For more information, please contact David Ham at david.m.ham7.civ@us.navy.mil or 207-438-4845.
Sources Sought - Evaluate and Rebuild Air Compressor
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified contractors to evaluate and rebuild the Model ACS2520 air compressor as part of a Sources Sought notice. The primary objective is to perform necessary evaluations and repairs while maintaining the equipment's operational characteristics, ensuring that all calibration adheres to established standards for traceability. This procurement is crucial for maintaining the functionality of essential equipment within the Navy's operations. Interested parties must submit their capabilities to Jordan Moore via email by 11:00 A.M. on April 25, 2025, and should be aware that this is not a request for proposals but rather a means to gather information for planning purposes.
Lease of (2) High Pressure Air Compressors
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), is seeking sources for the lease of two high-pressure air compressors (HPAC) to support maintenance operations at Naval Air Station North Island in Coronado, California. The compressors must reliably supply at least 85 standard cubic feet per minute (SCFM) of air at a discharge pressure of 4950 psig, with a maximum temperature of 110 degrees Fahrenheit, and must meet stringent performance and quality certification standards. These systems are critical for ship service air and industrial applications, including breathing air, and must operate unattended with minimal user interaction. Interested companies should submit a notice of interest, including company capabilities and responses to specific questions, to the designated contacts by the closing date. For further inquiries, Emily Hamilton (emily.g.hamilton4.civ@us.navy.mil) and Brian Fergus (james.b.fergus2.civ@us.navy.mil) are the primary contacts for this opportunity.
43--COMPRESSOR,ROTARY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the manufacture of rotary compressors. This procurement includes specific quality requirements and inspection protocols to ensure compliance with military standards, as the compressors are critical components in various defense applications. The contract will be awarded on a firm fixed-price basis, with a required delivery date set for January 1, 2027. Interested vendors should submit their proposals via NECO or email to Genevieve E. Miller at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL, and can reach her by telephone at 717-605-6457 for further inquiries.
43--COMPRESSOR,RECIPROC, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a reciprocating compressor, identified by NSN 7H-4310-009123043. The procurement involves a total quantity of 11 units, which are critical for aircraft atmosphere control, and will be solicited on a sole source basis from Lexair Inc., the Original Equipment Manufacturer (OEM) and only known source for these parts. Interested parties are invited to submit capability statements within 15 days of this notice, with the solicitation expected to be issued on May 7, 2025, and proposals due by June 6, 2025. For further inquiries, interested organizations can contact Jessica Grzywna at jessica.t.grzywna.civ@us.navy.mil.
43--COMPRESSOR UNIT,ROT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four compressor units (NSN 7H-4310-013343648) as part of a presolicitation notice. The procurement involves a total quantity of four units, with delivery terms set to FOB Origin, and is intended for a specific military application, highlighting the importance of reliable compressor systems in defense operations. Interested vendors, particularly those not currently approved, are encouraged to express their interest by completing a Vendor Interest Form available on the NAVSUP Business Opportunities web portal, and must respond within 45 days of the notice publication to be considered for the contract. For further inquiries, interested parties can contact Dakota Bentzel at (717) 605-2828 or via email at dakota.bentzel@navy.mil.
(3) OP4 Diesel Generators
Buyer not available
The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the rental of three (3) Diesel-Powered mobile tier 4 generators with built-in fuel tanks to support maintenance and repair operations for a Virginia class submarine at Groton Naval Base in Connecticut. The generators must comply with specific performance specifications, including emissions standards and load testing, and may include an automatic internal load bank or an external self-contained load bank. This procurement is crucial for ensuring operational efficiency and regulatory compliance during submarine maintenance activities. Interested contractors should reach out to Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil for further details and to discuss the requirements outlined in the solicitation document.
COMPRESSOR,RECIPROC
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of reciprocating compressors. The contract encompasses the manufacturing requirements and quality standards for these compressors, which are critical components used in various defense applications, including submarines and surface ships. The solicitation encourages accelerated delivery and mandates that all items be free from mercury contamination, reflecting the stringent safety and operational standards required for military equipment. Interested contractors should contact Taylor Fasching at 717-605-4323 or via email at TAYLOR.FASCHING@NAVY.MIL for further details, with the expectation of a firm total price submission and compliance with all outlined specifications.
Inspections and Operational Testing for HPAC 1 &2
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), intends to award a sole-source contract for the overhaul and operational testing of High Pressure Air Compressors (HPAC) No. 1 and No. 2 aboard a SEAWOLF class submarine. The contractor will be responsible for performing the air end overhaul and shipboard testing in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring compliance with Navy technical manuals and safety protocols. This work is critical for maintaining the operational capacity of the submarine's systems and is scheduled to take place from June 3 to June 23, 2025. Interested parties may express their interest and capabilities by contacting Christopher Cooper or Andrew M. Skelley via email by April 23, 2025, to be considered for this procurement.