ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

AIR COMPRESSOR UNIT

DEPARTMENT OF HOMELAND SECURITY 70Z08525Q39002B00
Response Deadline
Jun 18, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide an air compressor unit as part of a combined synopsis/solicitation. The procurement focuses on repairable assets, particularly the Sauer Compressor assembly, Mistral Series Model WP65L, which requires adherence to strict quality assurance and packaging standards to ensure safe transport and compliance with original equipment manufacturer specifications. Interested contractors must submit their quotes by June 18, 2025, and are encouraged to register on SAM.gov to ensure compliance with federal regulations. For further inquiries, potential offerors can contact Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil.

Classification Codes

NAICS Code
336611
Ship Building and Repairing
PSC Code
J020
MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT

Solicitation Documents

4 Files
REP SOLOCITATIOON.docx
Word45 KB6/4/2025
AI Summary
The document outlines a solicitation from the U.S. Coast Guard for the provision of repairable assets, specifically an air compressor unit. The primary vendor specified is Sauer Compressors USA Inc., and only authorized distributors or dealers may submit quotes. The solicitation is categorized as a 100% small business set-aside under NAICS 336611. Responses are due by June 18, 2025, with specific requirements for pricing, quality assurance inspections, packing, and delivery. Notably, the compressors must be preserved and packaged following stringent standards to avoid damage during transport, with marking requirements for easy identification. Acceptance will occur at the destination upon verification of compliance and lack of transit damage. Offerors are instructed to register on SAM.gov and review relevant compliance clauses. The award will be made to the lowest priced acceptable offeror. This document serves as a formal request for quotes and establishes clear guidelines and criteria for interested contractors while promoting small business participation in government contracting.
TAB 3 CLIN Structure.xlsx
Excel11 KB6/4/2025
AI Summary
The government document outlines a request for proposals (RFP) related to inspection, reporting, and repair services. It includes two main contractual line items: CLIN 0001 focuses on inspection and reporting with a current cost of $0.00, while CLIN 0002 pertains to repair services, also listed at $0.00. Under CLIN 0002, there are specific sub-line items (SLINs) detailing labor rates, materials, and shipping costs; all marked as $0.00. The fixed rate for labor includes various components like general and administrative expenses, profit percentages, and materials costing 0%. The total estimated value for both control line items is noted as $0.00. This document's simplicity suggests it is a preliminary outline for proposed services, indicating the need for further financial estimates and detailed project descriptions, particularly regarding labor and materials. The overall context aligns with government processes for evaluating contractors bidding on service-related RFPs and grants, ensuring transparency and standardization in federal, state, and local funding initiatives.
TAB 3 4310-01-549-7882_RD_SOW.pdf
PDF25 KB6/4/2025
AI Summary
The document outlines the overhaul requirements for the Sauer Compressor assembly, Mistral Series Model WP65L, under contract with the U.S. Coast Guard. It specifies the handling of the compressor, including receipt, disassembly, inspections, repairs, reassembly, and testing. Contractors are required to submit a detailed inspection report within ten days of receipt and a Condition Found Report within thirty days of the initial report. All overhaul work must comply with original equipment manufacturer specifications and employ only new Sauer parts. The document emphasizes quality assurance, mandating inspections, certifications, and a calibrated testing equipment program. Compressors must be preserved, packaged, and marked according to strict guidelines to ensure protection during transport. Government acceptance of the compressor depends on the verification of compliance with these standards upon delivery. The comprehensive requirements aim to restore compressor functionality to like-new condition while adhering to safety, quality, and preservation protocols, reinforcing the commitment to maintain operational standards for the U.S. Coast Guard's equipment.
FARCLAUSES01JAN2024.docx
Word71 KB6/4/2025
AI Summary
The government solicitation incorporates various Federal Acquisition Regulation (FAR) clauses pertinent to contractors. Notable requirements include completing the Offeror Representations and Certifications and maintaining registration in the System for Award Management (SAM) with accurate data updated annually. The document emphasizes adherence to contract terms, including packing and delivery instructions for materials shipped to specific U.S. Coast Guard locations, highlighting the necessity for itemized packing lists and proper labeling. Additional FAR clauses outline methodologies that contractors must follow to ensure compliance with laws and executive orders, focusing on issues such as equal opportunity, prohibitions against certain procurement practices, and requirements related to small business subcontracting and labor standards. The comprehensive list of clauses indicates the complex regulatory environment governing federal contracts, revealing the importance of compliance in maintaining eligibility for government projects. Contractors are instructed on the repercussions of noncompliance, including potential contract termination. Ultimately, this instruction set reflects the federal commitment to transparency and accountability in procurement processes.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 4, 2025
deadlineResponse DeadlineJun 18, 2025
expiryArchive DateJul 3, 2025

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)

Point of Contact

Name
luke maupin

Official Sources