Air Compressor Travis AFB
ID: FA442725Q1041Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Air and Gas Compressor Manufacturing (333912)

PSC

COMPRESSORS AND VACUUM PUMPS (4310)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB), is soliciting quotes for the installation of a central air compressor system to support Advanced Hardware Training Devices (AHTDs) for KC-46 maintenance training. The contractor will be responsible for providing and installing one air compressor that meets specific requirements, including a 20 HP power output, a maximum pressure of 175 PSI, and a flow capacity of 75 SCFM, with installation to be completed within 30 days of the award. This procurement is crucial for ensuring the operational readiness and maintenance training capabilities of the Air Force, emphasizing compliance with federal and state regulations. Interested small businesses must attend a mandatory site visit on March 10, 2025, and submit their quotes by April 18, 2025, with inquiries directed to Vanessa Siegel at vanessa.siegel.1@us.af.mil or by phone at 707-816-3899.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 6:10 PM UTC
The document outlines the necessary criteria for confirming contractor responsibility in federal procurement, as per FAR 9.103 and FAR 9.104-1 policies. Contracting officers must ensure that contracts are awarded only to responsible contractors, meaning they must assess various factors before making an award. These criteria include the contractor's financial resources, adherence to delivery schedules, past performance records, integrity and ethics, organizational capabilities, and necessary resources for fulfilling contract requirements. Prospective contractors must submit supporting documents, such as financial statements, past performance records, and certifications of their organizational capabilities. Additionally, contractors already evaluated through CPARS and SPRS may be exempt from providing past performance records. This verification process highlights the importance of balancing cost with the contractor's ability to meet essential performance standards, emphasizing that the lowest bid does not guarantee responsible performance. Overall, the document emphasizes the critical need for a thorough assessment of contractors to safeguard government interests in procurement processes.
Apr 11, 2025, 6:10 PM UTC
The document outlines the Statement of Work (SOW) for the installation of a central air compressor system at Travis Air Force Base (Travis AFB) to support the Advanced Hardware Training Devices (AHTDs). The installation will occur in Building 167, specifically Room 122, intended for continuous training and maintenance activities for the KC-46 MTS facility. The compressor must meet specifications for a 20 HP power output with a maximum pressure of 175 PSI and a flow capacity of 75 SCFM. It requires a looped air distribution system to maintain consistent pressure across multiple drops in various training rooms. Electrical requirements, pipe material standards, and installation guidelines are detailed, emphasizing compliance with ASME standards and California regulations. A post-award conference is also mandated to ensure alignment on project implementation. This project highlights the Air Force’s commitment to providing necessary support infrastructure for technical training in evolving aircraft systems while adhering to operational standards and future flexibility needs.
The document outlines a Request for Proposal (RFP) for the installation of a central air compressor system at the Travis AFB's KC-46 Maintenance Training Facility. The work includes providing and installing a compressor compliant with ASME Standard EA-4-2008 and California Administrative Codes, intended to serve the Advanced Hardware Training Devices (AHTDs). The system is designed for flexibility to accommodate evolving training needs over a planned 50-year lifespan, supplying optimal pressure and airflow (expected 175 PSI, 77 SCFM). Key specifications detail the compressor model, installation requirements, and system configuration, including a looped air distribution system that minimizes pressure fluctuations during simultaneous training device use. The contractor is tasked with aesthetics, such as installing pipe chases and T-bar tiles during installation. The project includes a post-award meeting to finalize installation plans, underscoring collaboration between contractor and facility representatives. Overall, the RFP serves to obtain efficient, compliant, and durable compressed air solutions for enhanced training operations at the military installation.
Apr 11, 2025, 6:10 PM UTC
The document outlines security requirements for contractors seeking access to Travis Air Force Base (TAFB), which is a closed installation. It mandates that all contractors undergo identity proofing and vetting, including background checks through the National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS). Acceptable identification forms include U.S. passports, various government-issued IDs, and employment authorization documents. The primary contractor bears responsibility for ensuring compliance with these requirements, coordinating base entry, and managing access passes. Contractors must present valid identification and adhere to the REAL ID Act for state-issued driver's licenses. The document lists disqualifying factors for access, which include terrorism ties, criminal history, or any issues verifying identity. Additionally, it specifies protocols for lost identification, contractor training on security and operations, and specific guidelines for restricted areas and increased security conditions. The overall purpose emphasizes the importance of maintaining security at TAFB, requiring strict adherence to procedures for contractor access and operational security while underscoring the accountability of primary contractors in managing their teams.
Apr 11, 2025, 6:10 PM UTC
The document outlines the electrical design plans for the KC-46A Regional Maintenance Training Facility at Travis Air Force Base, emphasizing compliance with federal guidelines and the integration of City Light & Power (CLP) standards. It presents detailed electrical schematics, including symbols for existing and proposed equipment, wiring methods, and installation specifics for light fixtures, circuit breakers, conduits, and grounding systems. Key components include existing underground utilities that must remain protected, the relocation of certain overhead and underground electrical infrastructure, and maintaining functionality of street lighting during construction. The plan mandates coordination with CLP for any conflicts and includes safety measures for all systems installed, along with adherence to fire protection codes. The document serves as a technical guide for contractors, illustrating required materials and equipment specifications necessary for completing electrical installations. Overall, it reflects the government's commitment to ensuring that upgrades are efficient, safe, and within regulatory constraints while facilitating operational readiness for military training programs.
The document presents an air distribution system diagram for Building 167, outlining the setup of an air compressor and a looped air distribution system. It identifies the compressor's location and specifies drop locations labeled D1 to D9, connected by air pipes. This technical representation serves as a critical framework for understanding the building's mechanical ventilation system. The system's design is essential for ensuring efficient air distribution, aligning with regulatory requirements for ventilation in government facilities. Consequently, this diagram is likely linked to federal RFPs, grants, or state/local proposals that necessitate compliance with mechanical standards for public buildings. The details in this document suggest a methodical approach to maintaining air quality in the building, reflecting the government's emphasis on health and safety standards.
The document provides a diagram for a Looped Air Distribution System designated for Building 167, outlining its key components and layout. It illustrates how the system connects to a main pipe with a secondary loop designated for air distribution. The air compressor is located at point D1, supplying air to various drop locations (D2-D8). A significant feature noted in the diagram is a pipe chase, specifically indicated in a circled area, which is necessary to conceal the pipes and requires painting to match the surrounding walls. The documentation serves as guidance for the construction or renovation of the air distribution system, emphasizing the layout and specific requirements for installation. Its format suggests it is intended for use in federal or state solicitation processes, where clear visualization and detailed descriptions of technical systems are essential for compliance and successful implementation of building projects.
This document outlines detailed design specifications for ceiling construction at the Travis Air Force Base as part of the KC-46A Regional Maintenance Training Facility project. It includes various aspects such as the installation of acoustical ceiling panels, use of gypsum board ceilings, and structural requirements including extending studs and drywall to the underside of the building structure. The emphasis is placed on the use of mold and moisture-resistant materials, specific wall types, and attachment methods for stability. Important features like perimeter molding, hanger wire connections, and stipulated wall types are consistently referenced throughout the document. The design also includes specific requirements for access panels and corner guards. This construction specification aligns with federal standards and protocols, emphasizing the need for compliance with naval facility engineering directives. The project demonstrates a dedication to quality and safety in military infrastructure development.
The document outlines a proposal related to the design and construction of the KC-46A Regional Maintenance Training Facility at Travis Air Force Base. It includes specifications for various building components, such as acoustical tile ceilings, gypsum board systems, lighting fixtures, and ventilation systems. Key elements detailed in the proposal include the arrangement of the facility's interior spaces, indicated by a reflected ceiling plan that outlines ceiling heights and materials. The project is managed by the Naval Facilities Engineering Command, which emphasizes compliance with established design standards and regulations. The document includes a series of notes and revisions, detailing progress from design development to final submission, showcasing a structured approach to project management. Key milestones in the design phase are documented, ensuring that all stakeholders are aware of timelines and crucial performance criteria. The overarching goal is to provide a well-constructed training facility that meets operational needs while adhering to safety standards. This proposal reflects the federal government's commitment to modernizing military training infrastructures through meticulous planning and execution.
The document outlines site visit questions regarding the installation of an air compressor and distribution system for the U.S. Air Force, with operational requirements set for completion by the end of May 2025. Relocation from a noisy Depot Room (Room 108) to the Mechanical Room (Room 122) is recommended for sound isolation and ease of access to electrical services. The government expresses concerns about funding for required electrical work and emphasizes that the air compressor must be sized appropriately for the air demands of various training devices. Specific installation guidelines, including piping heights and configurations, pressure requirements, and necessary components such as air dryers, are detailed. The document also addresses potential noise issues, the need for breathable air connections, and the importance of fire safety permits during installation. These points collectively illustrate the planning and logistical considerations involved in establishing an effective compressed air supply system for training purposes while adhering to regulatory compliance and operational efficiency standards. The document serves as an important reference for contractors responding to the RFP within the federal framework.
The 60th Contracting Squadron at Travis Air Force Base is soliciting quotes for a Firm Fixed Price contract for an air compressor under Request for Quotation (RFQ) FA4427-25-Q-1041. Interested vendors must attend a mandatory site visit on March 10, 2025, and submit their quotations by March 21, 2025. The solicitation is aimed specifically at small businesses with a designated NAICS code of 333912 for Air and Gas Compressor Manufacturing. Potential offerors are required to provide specific information, including technical specifications and financial capacity, to assess their capability in fulfilling the contract. Proposals will be evaluated based on technical capability and price, and all quotes must comply with various federal regulations and requirements. Additionally, participating vendors must comply with strict government regulations regarding telecommunications and other critical technologies. The RFQ emphasizes the importance of proper documentation and adherence to deadlines, with all submissions required to include completed certifications and ensure SAM registration. Successful contractors must guarantee that their equipment does not violate prohibitions against certain telecommunications services, highlighting national security interests. This solicitation illustrates the government's ongoing commitment to engaging small businesses while ensuring compliance with federal standards throughout the procurement process.
The 60th Contracting Squadron at Travis Air Force Base is soliciting quotes for a Firm Fixed Price contract for an air compressor under solicitation number FA4427-25-Q-1041. A site visit is scheduled for 10 March 2025, and prospective contractors must coordinate with contracting personnel for access. The RFQ response deadline is set for 4 April 2025 at 12:00 PM PST, with questions due by 11 March 2025. The solicitation targets small businesses, aligning with NAICS code 333912 for Air and Gas Compressor Manufacturing. Offerors are required to demonstrate technical capabilities and provide pertinent financial and business information alongside their quotes. Various federal provisions are applicable, including clauses related to compliance with federal law and internal confidentiality policies. This solicitation underscores the importance of selecting contracts that provide the best value while meeting the minimum requirements. Evaluations will focus on technical capability and price efficiency, ensuring that the contract serves government interests effectively. Vendors must be registered in the System for Award Management (SAM) to participate. Overall, this opportunity facilitates compliance with federal acquisition regulations while supporting small business engagement in government projects.
The 60th Contracting Squadron at Travis Air Force Base has issued a Request for Quotation (RFQ) for a Firm Fixed Price contract to supply an air compressor, designated as solicitation number FA442725Q1041. The RFQ, structured per Federal Acquisition Regulation (FAR), invites small businesses to submit quotes by April 18, 2025. Interested contractors must attend a mandatory site visit on March 10, 2025, to familiarize themselves with the project requirements. The evaluation criteria for submissions include technical capability and price, with an emphasis on meeting government specifications as outlined in the Statement of Work. Vendors are required to provide relevant certifications and confirm their financial capacity to undertake the contract. Compliance with various FAR clauses, covering topics such as telecommunications prohibitions and subcontractor regulations, is mandatory. The document outlines submission procedures and the need for active registration in the System for Award Management (SAM). Ultimately, this RFQ reflects the government's commitment to sourcing goods from the small business sector while ensuring compliance with federal regulations and standards for technical and operational effectiveness.
Lifecycle
Title
Type
Air Compressor Travis AFB
Currently viewing
Solicitation
Similar Opportunities
Compressor Replacement and Desiccant Wall Mounted Air Dryer
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of two compressors and the installation of a desiccant wall-mounted air dryer at Wright Patterson Air Force Base in Ohio. This procurement aims to enhance air supply efficiency for woodworking and automotive operations at the Consolidated Hobby Complex, with specific requirements outlined in the Statement of Work, including the installation of Kaeser SK20 compressors and operational training for staff. Interested small businesses must submit their quotes by April 23, 2025, at 10:00 AM EST, and are encouraged to direct inquiries to the contract specialist, Jennifer Blackford, at jennifer.blackford@us.af.mil, or the contracting officer, Raschelle Swindle, at raschelle.swindle@us.af.mil. The contract will be awarded based on the lowest price technically acceptable, with a delivery timeline of 90 days post-award.
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.
WY FC AIR COMPRESSOR SUPPLY
Buyer not available
The Bureau of Reclamation, under the Department of the Interior, is soliciting quotes for the supply of air compressor packages, specifically Gardner Denver L23 30-HP Fixed Speed Rotary Screw Compressors or equivalent, as part of Solicitation No. 140R6025Q0024. This procurement is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises, and aims to fulfill operational needs by acquiring compressors with a rated capacity of 125 acfm at 125 psig, along with necessary components and services. Interested vendors must ensure their pricing covers all costs, including delivery and initial setup, and submit their offers by April 16, 2025, with the evaluation focusing on price, technical acceptability, and delivery response time. For inquiries, potential contractors can contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822.
CSS 96440 Replace Air Compressor in Lakehurst, NJ
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for the replacement of an air compressor at Lakehurst, NJ. This procurement is a firm fixed price purchase order, and the solicitation is set aside entirely for small businesses, emphasizing the importance of supporting the small business community in federal contracting. The successful contractor will be responsible for meeting the requirements outlined in the attached Statement of Work (SOW), with an estimated contract start date of May 1, 2025. Interested parties should direct inquiries to Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil, and must stay updated on any amendments or changes to the solicitation.
Travis AFB Hangar FCX Power System Repair and Maintenance
Buyer not available
The Department of Defense, specifically the 860th Aircraft Maintenance Squadron at Travis Air Force Base, is seeking qualified vendors for the repair and maintenance of an FCX Systems power generator. The procurement aims to identify certified technicians capable of conducting onsite inspections, cleaning components, and ensuring operational readiness of the generator, which is critical for military operations. This opportunity is particularly focused on small businesses, including those classified as Small Disadvantaged, HUBZone, Certified 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, emphasizing the importance of compliance with safety regulations and operational standards. Interested parties must submit their responses by November 20, 2024, and direct any inquiries to the designated contacts, SrA Akeim Griffiths and Marcus Thomas, by November 16, 2024.
43--COMPRESSOR,AIR, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of air compressors under the contract titled "43--COMPRESSOR, AIR, IN REPAIR/MODIFICATION OF." The procurement aims to secure a contractor capable of meeting a Repair Turnaround Time (RTAT) of 136 days, with all repair work adhering to the operational and functional requirements specified by the government. These compressors are critical components in various military applications, necessitating timely and efficient repair services to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT details, to Kristina Alexander at KRISTINA.ALEXANDER@NAVY.MIL or by phone at 717-605-6055, with the expectation of a firm-fixed-price contract structure and adherence to specified quality assurance standards.
43--COMPRESSOR UNIT,REC
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 13 units of a compressor unit, identified by NSN 7H-4310-015185368. This procurement is a total small business set-aside and is intended for a specific part that the government has determined is uneconomical to reverse engineer or purchase data rights for. The selected contractor will be responsible for delivering the units to the DLA Distribution facility in New Cumberland, PA. Interested parties should contact Kristina Alexander at (717) 605-6055 or via email at KRISTINA.ALEXANDER@NAVY.MIL for further details, and proposals must be submitted within 45 days of the notice publication.
41--COMPRESSOR,REFRIGER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a compressor, specifically NSN 4130016548586, under a total small business set-aside. The requirement includes a quantity of one unit to be delivered to Naval Weapons Systems Support within 20 days after award. This compressor is critical for air conditioning and refrigeration applications, highlighting its importance in maintaining operational readiness for military 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.
N--INSTALL- COMPRESSED AIR LINE
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the installation of compressed air lines at their West Sacramento facility. The project involves the installation of 650 feet of air piping and 24 air drops, with a budget estimated between $25,000 and $100,000, and is set aside for small businesses under NAICS code 238220. This procurement is crucial for enhancing operational efficiency while ensuring compliance with regulatory standards and safety protocols. Interested contractors must submit their quotations via email to Victor Nuno by April 18, 2025, and must be registered in the System for Award Management (SAM.gov) to be eligible for consideration.
COMPRESSOR,RECIPROCAL
Buyer not available
The Defense Logistics Agency (DLA) is seeking offers for the procurement of reciprocating compressors, specifically identified by National Stock Number (NSN) 4310-01-139-4814, under a total small business set-aside. The contract will require a total quantity of 10 units, with delivery terms set to FOB destination and a 30-day timeline post-award, ensuring compliance with military packaging standards to prevent contamination. This procurement is crucial for maintaining operational readiness within the Department of Defense, as these compressors are essential components in various military applications. Interested vendors must submit their proposals by approximately April 21, 2025, and can obtain further details and the solicitation document through the SAM.gov website. For inquiries, contact Monica Shamami at monica.shamami@dla.mil or Morris A. Belleville at morris.belleville@dla.mil.