RQOO CENTAC 1 Overhaul
ID: FA239625RB006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AFMC AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, 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)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting bids for the overhaul of the RQOO CENTAC 1 system at Wright-Patterson Air Force Base in Ohio. This project involves refurbishing a centrifugal air compressor system, specifically addressing significant degradation observed in its components, with a focus on enhancing durability and compliance with relevant API standards. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has an estimated value between $1,000,000 and $5,000,000, with proposals due by May 29, 2025. Interested contractors should attend a scheduled site visit on April 24, 2025, and may contact Jason McClean at jason.mcclean.6@us.af.mil or Mike Hornberger at michael.hornberger.1@us.af.mil for further details.

    Files
    Title
    Posted
    The CENTAC 1 Overhaul project, initiated by the Aerospace Systems Directorate at Wright-Patterson Air Force Base, aims to refurbish the Centac-4C-150 section of a centrifugal air compressor system to restore its operational capability. The overhaul is necessitated by significant degradation observed in Stage 4 over the past six months, with a focus on enhancing durability and sustainability to reduce maintenance frequency. Key requirements entail compliance with relevant API standards during inspection and repair activities, including non-destructive testing of components and meticulous documentation of as-found conditions. The project outlines specific procedures for disassembly, inspection, repair, and reassembly, ensuring that all equipment remains in optimal condition. Critical components such as the compressor's casing, seals, and bearings will be inspected and repaired as required, with a final alignment and balancing to meet manufacturer specifications. A comprehensive report detailing findings and repair recommendations must be submitted for approval before proceeding with the repairs. Furthermore, the contractor is responsible for all logistics, including the safe transport of compressor components, while ensuring adherence to safety regulations and timelines laid out in the contract. This initiative exemplifies the government's commitment to maintaining essential aerospace infrastructure while optimizing operational efficiency.
    The document outlines the General Decision Number OH20250081, pertaining to wage determinations for building construction projects in Greene County, Ohio, under the Davis-Bacon Act. It highlights wage rates for various construction classifications, applicable if contracts are awarded or renewed after specific dates, with minimum hourly pay requirements set at $17.75 or $13.30 depending on contract terms. The document lists detailed wage rates for various trades, including electricians, plumbers, and carpenters, alongside their fringe benefits. It also emphasizes compliance with Executive Orders related to minimum wage and paid sick leave for federal contractors. The appeal process for wage determinations is specified, guiding affected parties through initial requests, reconsideration, and potential appeals to higher authorities if decisions are contested. This guidance is crucial for ensuring fair labor practices in federally funded construction projects, reinforcing the government's commitment to upholding worker rights and proper wage standards.
    The document provides detailed site visit information for the CENTAC 1 Compressor Repair Contract at Wright-Patterson Air Force Base (WPAFB). It outlines the access procedure for Building 286, where visitors must acquire a base pass to enter Area B and meet specific RQ engineers (Andrew Smith and John Mason) during the visit. Contractors must pass a background check prior to receiving their access pass, adhering to credential verification requirements including valid state IDs. Directions to Building 286 and Area B are included, emphasizing the accessibility of the site and relevant parking locations. The site visit agenda is scheduled for April 24, 2025, starting at 9:00 AM and concluding by 1:00 PM, which includes obtaining access, touring facilities, and addressing questions. All contractor employees must have valid identification during their time on WPAFB, and any incidents require communication with the RQ engineers. This document supports the contract's compliance with security protocols, ensuring that only authorized personnel access sensitive areas during the pre-contract award site visit, thereby demonstrating the government's focus on maintaining a secure operational environment.
    The document outlines the site visit protocol for contractors attending the CENTAC 1 Compressor Repair Contract at Wright-Patterson Air Force Base (WPAFB) Area B. Key directions for gaining access include obtaining a pass at Building 286, which does not mandate specific identification aside from valid state-issued ID or driver's license. Contractors are required to submit credentials, including ID information and a completed background check before the visit, ensuring all personnel can enter the facilities safely. The agenda for the site visit on April 24, 2025, includes a briefing, caravan to RQ Building 18B, facility tour, and a Q&A session, emphasizing the importance of it being conducted efficiently. Maps and specific guidance on the entry points to the base are provided for clarity. The document advises that all contractor employees must adhere to security checks and regulations to ensure compliance with the Air Force's access protocols. Overall, this document serves as a critical resource for contractors to navigate the security requirements and logistics associated with the site visit, highlighting the Air Force's emphasis on security and proper credentialing. The detailed instructions reflect the agency's meticulous approach to contractor management within sensitive military environments.
    The Combined Synopsis/Solicitation RQOO CENTAC1 Overhaul outlines the requirements and Q&A for an upcoming government contract, identified by SAM Notice ID FA239625RB006, with proposals due on May 29, 2025. The document emphasizes the importance of submitting questions early and clarifies roles for prime and subcontractor queries. Key topics include an assessment of potential lead and asbestos materials, travel costs for government personnel, and lubrication specifications for the compressor used in the project. It confirms that lubrication changes are not included in the contract scope, and that contractors are responsible for supplying necessary lubricants. The inquiry responses clarify that no specific staffing positions are mandated, and that any required positions depend on the project needs. Additionally, all site walk documents are accessible via SAM.gov, and no TAA compliance is required for equipment in the contract scope. This solicitation encapsulates the government's need for vendor engagement on the refurbishment project, ensuring clarity on operational requirements and compliance standards for contractors, especially focusing on safety and technical specifications.
    The document is a Past Performance Questionnaire related to the solicitation FA2396-25-R-B006 for the overhaul of the CENTAC 1 system, issued by the WPAFB AFRL / PZLEB Contracting. It requests evaluations of a contractor's past performance from references provided by the contractor, aimed at assessing their reliability in fulfilling similar contracts. The questionnaire must be completed and submitted by a corporate or government email by May 5, 2024. Key areas of evaluation include the quality of work, timeliness, management capabilities, and compliance with regulations, each rated from 'Exceptional' to 'Unsatisfactory.' Additionally, it allows for comments to provide detailed insights on the contractor's performance. The overall objective is to gather meaningful feedback to ensure that the contractor meets the necessary standards for this federal contract, thereby enhancing the proposal's validity through proven past performance metrics.
    The document outlines requirements for federal contract submissions related to the RQOO CENTAC 1 Overhaul project, specifically under the contract number FA2396-25-R-B006. It details the necessary information for contractors, including their company name, previous contract performance descriptions, contracting agency details, and points of contact. Essential components include the performance period, contract/task order value, and any potential subcontractor involvement. Contractors are also prompted to provide feedback on performance, noting any unacceptable conditions or deviations from contract terms. Additionally, there is a focus on delineating the roles of subcontractors and key personnel, requesting descriptions of their functions and anticipated contributions to the project. This document serves as a practical guide for contractors to prepare their bids and outlines expectations for cooperation among team members to ensure high-quality performance. Overall, it indicates the government’s intention to thoroughly evaluate both past performance and future team dynamics to determine suitability for the contracts in question.
    The solicitation document FA239625RB006 outlines a request for bids on the overhaul of the 4 Stage Section of a six-stage Ingersoll-Rand 5500 HP CENTAC Centrifugal Air Compressor at Wright-Patterson Air Force Base. The project is estimated to cost between $1,000,000 and $5,000,000 and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Contractors are required to provide sealed bids by May 29, 2025, which must include performance and payment bonds. An organized site visit is scheduled for April 24, 2025, and interested parties should consult the provided Statement of Work for project specifications. The document includes clauses regarding inspection, acceptance, delivery, and contract administration, emphasizing compliance with federal regulations, including security and payment procedures. Overall, the solicitation aims to secure qualified contractors for critical infrastructure work, highlighting the government's commitment to supporting veteran-owned businesses in federal contracting.
    Lifecycle
    Title
    Type
    RQOO CENTAC 1 Overhaul
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Quincy Air Compressor Repair Parts
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking qualified vendors to supply Quincy Air Compressor Repair Parts, specifically requiring brand name items only. This procurement is essential for maintaining operational efficiency in air and gas compressor systems, which are critical for various defense applications. The contract is set aside for small businesses, and interested parties should reach out to Nala Pittman at nala.s.pittman.civ@mail.mil or 571-236-3137, or Melvina McNeill at melvina.l.mcneill.civ@mail.mil or (703) 545-9495 for further details. The exact address for performance will be provided upon award, and the solicitation is currently open for submissions.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    COMPRESSOR,CENTRIFU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a Centrifugal Compressor. This fixed-price contract requires the inspection and acceptance of supplies, with specific quality assurance measures outlined for the manufacturing process. The compressors are critical components used in various defense applications, emphasizing the importance of reliability and compliance with military specifications. Interested vendors should direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    New Manufacture: B-52 COMPRESSOR UNIT, ROT / NSN 4310-01-711-1684FG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of new manufactured Compressor Units, Rotors (NSN: 4310-01-711-1684 FG) as outlined in solicitation SPRTA126R1820. The procurement aims to acquire an estimated 75 units, with delivery phased at 15 units per month from January to May 2027, highlighting the importance of these components in supporting military aircraft operations. Interested vendors must adhere to specific requirements, including Unique Item Identification for items over $5,000 and submission of inspection reports via Wide Area WorkFlow, with proposals due by January 5, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Kevin Howe at kevin.howe.1@us.af.mil.
    Centrifuge and Research Altitude Chambers
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratories (AFRL), is seeking qualified contractors to provide research, development, test, and evaluation (RDT&E) support for the operation of centrifuges and research altitude chambers at Wright-Patterson Air Force Base in Ohio. The procurement aims to ensure safe and efficient operation of these facilities, which are critical for advancing aerospace physiology, by providing technical, scientific, and applied research support, as well as maintaining equipment and facilitating innovative research. Interested entities must demonstrate their capabilities, qualifications, and past experience, including the ability to meet personnel requirements for various roles, with responses due within 30 days. For further inquiries, interested parties can contact Jessica Briggs at jessica.briggs@us.af.mil or Natasha Randall at natasha.randall@us.af.mil.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.