QUARTERLY AIR SAMPLING, PREVENTATIVE & CORRECTIVE MAINTENANCE OF ALL BREATHING AIR COMPRESSORS WITHING NAVY REGION SOUTHWEST
ID: N00244-24-Q-0269Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Command Navy Region Southwest, is seeking qualified small businesses to provide quarterly air sampling and preventative and corrective maintenance for government-owned breathing air compressors. The contract encompasses a base year from October 15, 2024, to October 14, 2025, with two optional 12-month extensions, ensuring compliance with NFPA and manufacturer standards critical for the operational readiness of fire services across multiple military installations. Interested contractors must submit proposals that include a comprehensive technical approach, pricing details, and past performance data, with the total contract value estimated at $24,300 annually. Proposals are due by October 11, 2024, and inquiries can be directed to Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil or by phone at 619-556-5361.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for submitting past performance data as part of a federal government contract solicitation. It emphasizes the need to provide information from the three most recent contracts (Federal, followed by commercial or state/local) within the last three years, including detailed contact and contractual information. Key aspects to address include whether there were any non-conformities, terminations, litigations, warranty work, and adherence to original delivery schedules. Additionally, it asks for insights into corrective actions taken for any issues experienced and the success of such measures. The importance of relevance to the current solicitation is also highlighted. This performance data is critical for evaluating a company's capability in meeting cost, technical, and delivery objectives as per the government's specifications in Request for Proposals (RFPs). The structured approach aims to ensure that potential contractors exhibit a proven track record of successful project delivery.
    The government document outlines a Request for Proposal (RFP) focusing on the provision of preventative and corrective maintenance services. It specifies contracts broken down into a base year and two options, detailing services such as monthly preventative maintenance, hour-based corrective maintenance labor, and a group rate for corrective maintenance parts, each estimated at $8,100. The locations covered include multiple sites, amounting to a total contract value of $24,300 for the year. The document emphasizes the need for contractors to provide their preventative maintenance rate per month and their hourly labor rate for corrective maintenance. It also mandates that certain costs and estimates, particularly for parts and hours, are based on government projections, indicating that offers will be structured around these variables. Overall, the purpose of the document is to solicit competent contractors for reliable maintenance services, ensuring effective operation at specified facilities across various locations while adhering to federal contracting requirements. The clear structure of the file aids stakeholders in comprehending the obligations and expectations tied to potential contracts.
    The document outlines the Statement of Work for a non-personal services contract regarding preventive and corrective maintenance of breathing air compressors within Navy Region Southwest (NRSW). It specifies that the selected contractor will perform quarterly air sampling, preventive maintenance, and corrective maintenance to ensure compliance with NFPA, manufacturer, and government standards. The contract spans one base year with two optional years, requiring qualified technicians to handle equipment at various fire stations including military installations like Naval Base Coronado and Naval Air Station Lemoore. Key objectives include maintaining equipment functionality, conducting annual personnel training, and promptly reporting equipment deemed beyond economical repair. The contract requires adherence to stringent quality control and assurance protocols, with detailed regulations governing contractor performance, reporting timelines, and communication with the Contracting Officer Representative (COR). Overall, this contract is critical for the operational readiness of fire services, ensuring that breathing air compressors are reliably maintained for firefighter safety across multiple installations.
    This document serves as a combined synopsis/solicitation (N00244-24-Q-0269) issued by the Command Navy Region Southwest for preventative and corrective maintenance services for government-owned Breathing Air Compressors. The solicitation is set aside for small businesses under NAICS Code 811310, with an annual cap of $12.5 million. The contract spans a base year from October 15, 2024, to October 14, 2025, with two optional years. The contractor is expected to provide qualified technicians, perform routine maintenance, conduct quarterly air sampling, and ensure compliance with NFPA and manufacturer standards. Specific tasks include preventative maintenance, corrective maintenance, and annual training for Fire and Emergency Services personnel. The document outlines quality control, inspection processes, and communication protocols with the Contracting Officer Representative (COR) to address maintenance needs promptly. Compensation is structured as a Firm Fixed Price (FFP) for preventive services and Time & Materials (T&M) for corrective maintenance. The proposal must detail a comprehensive technical approach, which will be evaluated alongside past performance and pricing to determine the most advantageous offer for the government. This solicitation demonstrates the government's commitment to maintaining essential emergency services infrastructure while supporting small businesses in federal contracting.
    Similar Opportunities
    Air Compressor System Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide air compressor system services at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes comprehensive repair, preventive maintenance, and rental services for various air compressor, blower, and dryer systems, with a contract duration of one base year and two additional option years. This initiative is crucial for maintaining operational efficiency and ensuring high-quality standards in the Army's equipment management. Interested contractors must submit their proposals by October 30, 2024, at 4:00 PM ET, and are encouraged to attend a site visit scheduled for October 9, 2024, to better understand the requirements. For further inquiries, potential bidders can contact Laura J. Buehler at Laura.J.Buehler.civ@army.mil or Michelle L. Fike at michelle.l.fike.civ@army.mil.
    ELECTRIC HIGH PRESSURE AIR COMPRESSOR RENTAL
    Active
    Dept Of Defense
    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.
    99--BREATHING APPARATUS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure breathing apparatuses identified by NSN 1H-9999-LLTRL5880. The procurement involves a total quantity of 2,311 units, with delivery terms set as FOB Origin. These items are critical for operational readiness and safety, and the government has determined that it is uneconomical to purchase the data or rights necessary for competitive sourcing, thus intending to negotiate with only one source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability within 45 days of this notice, and all proposals will be considered to determine if a competitive procurement is feasible. For further inquiries, potential bidders can contact Darian Holley at (717) 605-1339 or via email at darian.holley@navy.mil.
    AIR COMPRESSOR DRAW
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of an Air Compressor Draw. This contract requires the manufacture of the specified item in accordance with detailed quality assurance and inspection requirements, emphasizing the importance of compliance with military standards and documentation. The Air Compressor Draw is critical for various defense applications, necessitating adherence to strict specifications and timely delivery. Interested contractors should contact Amy Reynolds at 717-605-2536 or via email at AMY.REYNOLDS1@NAVY.MIL for further details, and are encouraged to submit their proposals promptly as the solicitation is issued under Emergency Acquisition Authority.
    43--COMPRESSOR,ROTARY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 75 units of a rotary compressor, identified by NSN 7H-4310-012483144. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract repair of this part from other sources, making it essential to secure these specific units. The delivery is to be made to the DLA Distribution San Joaquin in Tracy, California, and the government intends to solicit and negotiate with only one source under FAR 6.302-1, with a 45-day window for interested parties to submit proposals or capability statements. For further inquiries, interested vendors can contact Jacob Davis at (717) 605-4237 or via email at JACOB.T.DAVIS18.CIV@US.NAVY.MIL.
    29--PUMP,SUBMERGED,AIRC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of submerged air pumps. The procurement involves comprehensive repair, testing, and inspection services to restore these pumps to a Ready for Issue (RFI) condition, ensuring they meet operational standards as outlined in the Statement of Work. These pumps are critical components in aircraft systems, and their reliable performance is essential for maintaining operational readiness. Interested contractors should direct inquiries to Jaclyn Dooling at 215-697-2530 or via email at jaclyn.dooling@navy.mil, with proposals expected to adhere to the specified requirements and timelines.
    43--PARTS KIT,COMPRESSO
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for Compressors, specifically NSN 4310014805743. The requirement includes a quantity of 2 units to be delivered to DLA Distribution San Diego within 104 days after order (ADO), with the approved source being 1KWT0 085 154. This procurement is crucial for maintaining operational readiness and efficiency in military equipment that relies on air and gas compressors. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    PUMP,CENTRIFUGAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of centrifugal pumps. The procurement aims to increase the base quantity from one to four units and requires a Repair Turnaround Time (RTAT) of 200 days, with government source inspection mandated. These pumps are critical for various naval operations, emphasizing the importance of timely and efficient repair services. Interested contractors must submit their quotes, including pricing and RTAT, by October 10, 2024, and can direct inquiries to Kailyn Muro at KAILYN.M.MURO.CIV@US.NAVY.MIL or by phone at 717-605-1350.
    43--COMPRESSOR,CENTRIFU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking suppliers for the procurement of eight units of a centrifugal compressor, identified by NSN 7H-4310-014191634-A3. The requirement includes the provision of a Technical Data Package (TDP) version 004, with delivery terms set to FOB Origin. These compressors are critical components used in various defense applications, ensuring operational efficiency and reliability. Interested vendors should direct inquiries to Amber L. Miller at NAVSUP Weapon Systems Support, reachable via phone at (717) 605-3261 or email at AMBER.L.MILLER@NAVY.MIL, as this presolicitation notice is part of the ongoing procurement process.
    SCOTT SCBA AIR CYLINDERS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, has issued a Combined Synopsis/Solicitation notice for the procurement of SCOTT SCBA Air Cylinders. These air cylinders are typically used for safety and rescue purposes. The procurement will be set aside for small businesses, and the place of performance is San Diego, CA. The solicitation requires the following items: Scott Safety SCBA Canisters CYL&VALV ASSY CARB,60MIN,4500 Part number 804723-31. The quantity required is 178. Interested offerors must submit any questions concerning the solicitation in a timely manner. Registration with the System for Award Management (SAM) is required prior to award. The solicitation also includes specific requirements for the condition and origin of the equipment. The selected offeror must comply with various commercial item terms and conditions.