Lease of (2) High Pressure Air Compressors
ID: N4523A25Q0018Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- PUMPS AND COMPRESSORS (W043)
Timeline
    Description

    The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), is seeking quotes from small businesses for the lease of two High Pressure Air Compressors (HPACs) for use at Naval Air Station North Island in Coronado, California. The procurement aims to secure reliable compressed air systems essential for the maintenance of Nimitz class aircraft carriers, with specific requirements outlined in the Performance Work Statement (PWS), including air quality standards and operational safety features. The contract period is set from August 25, 2025, to June 1, 2026, with an option for extension, and interested parties must submit their quotes by June 30, 2025, while questions are due by June 24, 2025. For further inquiries, potential bidders can contact Emily Hamilton at emily.g.hamilton4.civ@us.navy.mil or Brian Fergus at james.b.fergus2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines a project by PSNS & IMF to acquire two high-pressure compressed air systems for a Nimitz-class aircraft carrier maintenance. These systems are intended for ship service air and industrial applications, including breathing air, and must operate unattended with minimal user interaction. Delivery will occur at Naval Air Station North Island from August 25, 2025, to March 16, 2026, and includes extensive requirements for performance and quality certification, ensuring compliance with safety and operational standards. Key specifications include a minimum air supply capacity of 85 SCFM at 4950 PSIG, with strict air quality parameters for breathing and ship service needs. The systems must be self-contained, portable, and equipped with automatic controls. Essential features include a filtration system, air dryers, and necessary safety components like relief valves. The contractor is responsible for delivery, inspection, operator training, and ongoing maintenance, alongside 24/7 repair service availability. Successful completion requires timely operational testing post-delivery. This SOW highlights the government’s commitment to maintaining high operational standards and safety in military maritime operations while ensuring compliance with technical regulations and providing for rapid response to maintenance needs.
    The Performance Work Statement (PWS) outlines requirements for two stand-alone high pressure compressed air systems for the maintenance of a Nimitz class aircraft carrier at Naval Air Station North Island, California. These systems must be tailored for unattended operation, providing clean breathing air and ship service applications. The contract period spans from August 25, 2025, to June 1, 2026, with an option for extension. Key specifications include supplying at least 85 SCFM of air at 4950 PSIG, meeting stringent air quality standards for breathing, and ensuring compliance with applicable military and safety regulations. The air systems should be self-contained, require minimal operator oversight, and include various safety and operational features, such as a filtration system and automatic controls. The contractor is responsible for initial inspections, maintenance training for government personnel, and on-call repair services. Deliverables include pressure vessel certifications and operating manuals. The document emphasizes the need for close coordination between contractors and government representatives throughout the project's lifecycle. Overall, this PWS signifies a critical procurement effort to support naval operations, ensuring reliable and safe compressed air supply systems onboard military vessels.
    The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment as part of federal procurement processes. It emphasizes compliance with Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from contracting with entities that supply covered telecommunications equipment or services that could compromise national security. Offerors must represent whether they provide or use such equipment and services and provide detailed disclosures if applicable. Key definitions related to telecommunications services are referenced, and a prohibition on procurement is established for covered equipment deemed to have substantial risks. The document also mandates checking the System for Award Management (SAM) for entities excluded from federal contracts related to these services. This provision underscores the government’s commitment to secure telecommunications by ensuring contractors adhere to compliance measures, thus protecting data integrity and national interests.
    The document outlines the Federal Acquisition Regulation (FAR) clauses that contractors must adhere to when acquiring commercial products and services, highlighting key legal requirements and statutory provisions. It encompasses contractual obligations from actions such as prohibiting contracts with certain covered entities and ensuring whistleblower protections. The comprehensive list includes clauses related to ethical conduct, small business considerations, labor standards, and environmental compliance. Additionally, it emphasizes the necessity of flowing down specified clauses to subcontracts in particular commercial engagements, specifying conditions under which these requirements are applicable. Lastly, it states the Comptroller General's rights regarding the examination of records related to contracts, reinforcing accountability and transparency in government acquisitions. The main purpose of the document is to provide a framework for contractors, ensuring compliance with laws and promoting fair practices in federal acquisitions, particularly in federal grants and local/state RFPs.
    The document addresses issues related to the accessibility of a file that requires Adobe Reader version 8 or higher for proper viewing. It informs users that they may not have the necessary software installed or their environment may not be configured to open the document. The guidance focuses on providing users with a resource link to Adobe's website for installation and configuration assistance. This content could pertain to government RFPs or grants that necessitate precise document handling and compliance with technology requirements. Proper access to these documents is critical for stakeholders involved in federal and state/local RFP processes, ensuring that potential applicants can engage with the necessary materials.
    The document outlines a standard procedure for processing access requests within various Naval installations, addressing details about personnel identification and clearance processes. It includes fields such as personal information, installation selection, sponsor details, access type, and NCIC checks for evaluating clearance status. The installations listed span multiple locations across the U.S., indicating the breadth of access management being implemented. The summary indicates different types of identification required for access, including U.S. citizenship documents and employment authorization cards. The access types are categorized by timeframes, catering to varied beneficiaries, including foreign nationals, veterans, and their families. The mention of SECNAV 5512/1 forms signifies a compliance measure for ensuring personnel meet security requirements before being granted access. Overall, this document serves as a procedural guide for managing access to installations, emphasizing the necessity of validated identification and security checks to uphold safety and compliance standards within federal and military infrastructure. Its structured format solidifies the processes and stakeholders involved in the clearance and access control framework.
    The NBC Access Control Flow Chart outlines the procedure for granting visitor access to Navy installations. Sponsors must communicate with the Visitor Control Center (VCC) by sending an email with essential details, such as their contact information, event specifics, and a list of visitors. Visitors are required to pre-enroll in the Defense Biometric Identification System (DBIDS), provide confirmation, and send a valid identification photo to the VCC. The VCC processes the requests, verifies information, and assesses visitors' eligibility for access. Approved passes may be picked up by the sponsor or sent digitally, and VCC confirms identity before issuing passes. Visitors must present identification at the installation upon entry. The process aims to ensure security and proper management of visitor access to Navy facilities, with clear delineation of responsibilities for sponsors and visitors. This systematic approach ensures compliance with security protocols and facilitates organized access for events, reflecting a structured effort in maintaining safety while managing visitor interactions within military contexts.
    The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) seeks quotes for leasing two High Pressure Air Compressors (HPACs) for Naval Air Station North Island in Coronado, California, indicated by solicitation number N4523A25Q0018. This Request for Quote (RFQ) is exclusively for small businesses under NAICS code 532490. The expected contract is for a firm fixed price, covering a lease period from 25 August 2025 to 1 June 2026, with an optional extension. The RFQ outlines specific requirements, including a Performance Work Statement (PWS) detailing specifications and delivery in a FOB Destination format. Contractors must submit quotes by 30 June 2025, complying with various FAR and DFARS clauses incorporated by reference. Offerors must present official quotes with specified details such as company information, price structures, and product literature. Evaluation will focus on achieving the Lowest-Price Technically Acceptable (LPTA). The RFQ stresses that incomplete submissions may be disregarded, ensuring that all contracts meet the highest standards of efficiency and compliance with government regulations. Thus, this initiative underscores the naval facility's need for reliable equipment leasing while promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    J&A NR3 HPBAC NEW WORK RCC 510N
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center, is seeking a sole-source contractor for the overhaul of the Number 3 High Pressure Breathing Air Compressor (NR3 HPBAC) onboard the USS SAN ANTONIO (LPD 17). The procurement aims to address urgent maintenance needs due to the ship's firefighting capabilities being compromised, as only one of the two SCBA charging stations is operational. This overhaul is critical to ensure the safety and operational readiness of the vessel, with a contract value of approximately $88,848.53 funded by Fiscal Year 2022 Other Procurement, Navy (OPN) funds. Interested parties should contact Gregory Hodges at gregory.d.hodges@navy.mil or Chris Evans at christopher.evans17.civ@us.navy.mil, with the work expected to commence by November 28, 2022, and be completed by May 6, 2023.
    4130 SCROLL COMPRESSOR
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of a brand-name 4130 Scroll Compressor from Danfoss Inc. This acquisition will be conducted on a brand-name basis, utilizing FAR Parts 12 and 13, and is set aside for small businesses under the SBA guidelines. The compressors are critical components for refrigeration and air conditioning systems, which play a vital role in various military operations. The solicitation is expected to be posted on the Sam.gov website around December 11, 2025, with quotes due by December 19, 2025. Interested parties should direct any inquiries to Lorraine Small at Lorraine.M.Small.CIV@us.navy.mil.
    41--COMPRESSOR UNIT,REF
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 29 compressor units (NSN 4130011786830) intended for use on the USS BILLINGS (LCS-15). This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 333415, which pertains to the manufacturing of air-conditioning and refrigeration equipment. The compressor units are critical for maintaining operational capabilities aboard naval vessels, ensuring effective climate control and equipment functionality. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via the email address DibbsBSM@dla.mil. The deadline for quote submission is 20 days after the award date.
    43--COMPRESSOR,RECIPROC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two reciprocating compressors, identified by NSN 4310016808302. The solicitation is a Request for Quotation (RFQ) and is set aside for small businesses, in accordance with FAR 19.5, emphasizing the importance of supporting small enterprises in defense contracting. These compressors are critical components in various military applications, ensuring reliable operation of air and gas systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The delivery is expected within 168 days after order, and all responsible sources are encouraged to participate.
    Rental of Temporary HVAC & Exhaust System
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking bids for the rental of a temporary HVAC and exhaust system, which includes various HVAC units, chillers, pumps, hoses, and related services such as freight, start-up, commissioning, and maintenance. This procurement is critical for maintaining operational efficiency at the shipyard and requires strict adherence to technical specifications, safety protocols, and government regulations. Proposals for this full and open competition are due by January 5, 2026, at 8:00 AM EST, and interested contractors must be registered in SAM.gov and provide detailed compliance information with their submissions. For further inquiries, potential bidders can contact David Ham at david.m.ham7.civ@us.navy.mil or by phone at 207-994-4511.
    43--REPAIR KIT,COMPRESS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of a repair kit for compressors, specifically NSN 4310015356087. The requirement includes a quantity of three units to be delivered to DLA Distribution within 154 days after order placement, with the approved source being 66935 377-15866-004. This procurement is critical for maintaining operational readiness and efficiency in military equipment that relies on air and gas compressors. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    43--PARTS KIT,COMPRESSO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement of a Parts Kit for Compressors, specifically NSN 4310014805751. The requirement includes a quantity of three kits to be delivered to DLA Distribution within 137 days after order placement, with the approved source being 1KWT0 085 152. This procurement is crucial for maintaining operational readiness and efficiency in military applications involving air and gas compressors. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    COMPRESSOR UNIT,REC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of Compressor Unit, REC. The procurement aims to secure the repair of six units, with a required Repair Turnaround Time (RTAT) of 172 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential equipment used in various defense operations. Interested contractors must submit their proposals via NECO or email by the extended deadline of December 19, 2025, and can reach out to Kristina L. Alexander at 717-605-6055 or via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL for further inquiries.
    COMPRESSOR,RECIPROC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting quotes for the procurement of a reciprocating compressor, specifically identified by part number 5MH40-149. This contract aims to fulfill the requirements for manufacturing and quality assurance of the compressor, which is vital for various defense applications involving compressors and vacuum pumps. Interested vendors should note that the solicitation has undergone amendments, reducing the quantity from three to one unit and extending the submission deadline to December 31, 2025. For further inquiries, potential bidders can contact Brianna Cracker at 717-550-3124 or via email at BRIANNE.CRACKER@DLA.MIL.