Air Compressor
ID: N6660425Q0140Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Air and Gas Compressor Manufacturing (333912)

PSC

COMPRESSORS AND VACUUM PUMPS (4310)
Timeline
    Description

    The Department of Defense, specifically the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide, install, and maintain a 50HP Rotary Screw Compressor and Air Dryer. The procurement aims to replace an outdated compressor system to ensure the continuous operation of the Industrial Services Enterprise, which supports critical mechanical prototyping and fabrication for research and development. The contract includes a total performance period of up to four years, with a focus on compliance with military standards and safety regulations. Interested parties must submit their quotes electronically by July 3, 2025, at 2:00 PM EST, and can direct inquiries to Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to outline the specifications for a condensate pump skid and associated equipment, including condensate tanks, dryers, and compressors. It includes references to existing machinery, such as a Kaiser dryer and Gardner Denver compressor, alongside specific dimensions that describe the installation site. The raised condensate tank is a significant feature, likely intended for efficient condensate management in an industrial setting. The design emphasizes compatibility with current infrastructure, ensuring that the new installations meet operational requirements without disrupting existing processes. Overall, the content suggests that this is a technical proposal likely linked to a Request for Proposal (RFP) relevant to enhancing or retrofitting systems in a governmental or commercial context, focusing on mechanical equipment upgrades.
    This document specifies the requirements for a compressor and air dryer system, intended for use in government-funded projects. The compressor must be a 50 HP rotary screw type with oil-free operation, capable of delivering between 54 to 248 CFM at 125 PSIG, and features variable speed and a programmable controller. It should also include maintenance indicators, operate at ambient temperatures up to 120°F, and have a maximum height of 6 feet. The accompanying air dryer is required to handle 240 SCFM at 230 volts with automatic drainage, an internal condenser, and should also not exceed 6 feet in height. Additionally, the project mandates a site survey and requires installation and pipe work. A comprehensive three-year service plan is necessary, covering on-site preventive and breakdown maintenance with a 24-hour response time for issues. The equipment must comply with applicable certifications, including UL/CSA and ASME/CRN, ensuring safety and adherence to industry standards. Overall, this document facilitates the procurement process for contractors responding to federal or local RFPs by outlining specific technical and operational requirements for the compressor and air dryer units, as well as their maintenance expectations.
    The document outlines a Statement of Work (SOW) for the replacement of an air compressor and air dryer at the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT). The objective is to ensure the continuous operation of the Industrial Services Enterprise, which supports mechanical prototyping and fabrication for Research and Development, Test and Evaluation, and hardware development for the Fleet. The existing 50 HP rotary screw compressor is beyond its operational life and needs replacement. The contractor is responsible for providing and installing a new compressor and air dryer, including necessary maintenance services. Key tasks include disconnecting the current system, installing the new equipment using industry standards, and performing startup and commissioning. The contractor will also be required to conduct annual preventive maintenance and provide troubleshooting services as needed. Applicable safety and security regulations must be adhered to throughout the project, including compliance with the Naval Facilities Engineering Systems Command’s requirements. The contract will be funded through Service Cost Center (SCC) funds, involving various NUWCDIVNPT departments. The comprehensive project aims to enhance operational capacity while following strict safety and security protocols.
    The document outlines the Contract Data Requirements List (CDRL) for the procurement of a Compressor and Air Dryer for the Industrial Services Enterprise. It details two key data items: a Failure Analysis and Corrective Action Report (FACAR) and a Manhour Estimate Technical Cost Proposal. The FACAR requires reporting on root cause analysis within one week of identifying performance issues, with distribution restricted to Department of Defense and U.S. contractors due to critical technology concerns. The Manhour Estimate must follow similar timelines, requiring a cost estimate for addressing any identified issues within a week, allowing five business days for government feedback before initiating repairs. The document emphasizes strict adherence to export control measures and outlines necessary documentation processes. Overall, it serves as a guideline for contractors on delivering key reports and financial estimates as part of fulfilling the contract, ensuring compliance with military standards and regulatory requirements.
    The document provides detailed instructions for a site visit to the NUWC Division Newport in Rhode Island, scheduled between June 9-13, 2025. It outlines that the visit is unclassified, scripted, and prohibits questions during the tour, with any follow-up inquiries to be directed via email. Pre-registration is mandatory, requiring participants to submit an approved Visit Request that includes specific visitor information such as full name, social security number, date of birth, and citizenship status. The access is contingent on having a valid visit authorization request, and attendees will need identification like a DBIDS card if they do not possess a CAC or Teslin card. The document emphasizes a seven-business-day processing time for submissions and states that any incomplete requests will be denied. The structured protocol ensures only authorized individuals gain access, maintaining security standards consistent with federal operational guidelines. This document is critical for facilitating site visits under government contracting processes, reflecting the careful oversight typical in federal grants and RFPs.
    The document outlines the minimum specifications for a government procurement of a compressor and air dryer, dated June 11, 2025. The specifications for the rotary screw air compressor include a direct drive with variable speed, 50 horsepower, an air-cooled system, and programmable controls, operating at 460 volts with a CFM range of 54 to 248 at 125 PSIG. The maximum height allowed for the unit is 6 feet. The air dryer is specified to handle 240 SCFM, requires a 230-volt, single-phase power supply, and functions as a cycling standalone unit with automatic drainage. The size cap remains consistent at 6 feet. Certain filters compatible with the dryer OEM are mandated for proper operation. Additionally, the document stipulates a required site survey, operational capabilities up to 120°F, installation requirements, and a 3-year service plan for preventative and breakdown maintenance. Certification standards must meet UL/CSA – ASME/CRN. These specifications are aimed at ensuring the successful procurement and maintenance of compressor and air dryer systems critical for operational efficiency in government facilities.
    The document outlines the minimum specifications required for a government-requested rotary screw compressor and air dryer, dated June 11, 2025. The compressor has to be a 50-horsepower, variable speed model, operating on 460 volts, with a cooling capacity indicated and necessary maintenance indicators included. It should meet specified CFM requirements at 125 PSIG and be programmable, with an air-cooled design. The air dryer must provide 240 SCFM at a voltage of 230, run on a standalone basis, and feature automatic drainage in a cycling format, alongside specified filtration components. Additional requirements include a site survey and installation of pipes while maintaining an ambient operating temperature up to 120°F. A three-year service plan encompasses on-site preventive and break-down maintenance, responding within 24 hours for urgent needs. The equipment must also meet certification standards (UL/CSA – ASME/CRN). This document functions as a formal solicitation for proposals, aimed at streamlining procurement processes while ensuring compliance with safety and operational standards necessary for government facilities.
    The document outlines the specifications for a condensate pump skid and raised condensate tank installations as part of a maintenance or upgrade project. It details the existing infrastructure, including the sizes of equipment such as the Kaiser dryer and compressor, and the Gardner Denver compressor. The specifications emphasize the physical placement and dimensions of essential machinery within the facility. The clear distribution statement indicates that the information is publicly available and may serve various parties involved in related governmental RFPs or grant applications. The project appears to focus on ensuring operational efficiency through the integration of these systems while adhering to safety and technical standards applicable in federal and local projects.
    The document appears to contain repeated statements regarding its distribution approval, specifically "Distribution Statement 'A' Approved for public release; distribution is unlimited." This indicates that the content of the file is intended for widespread public access without any restrictions. However, the lack of substantive information or context within the provided text limits the ability to extract a meaningful main topic or key ideas. Therefore, while it underscores the approval for release, it does not furnish the audience with specific details regarding federal grants, RFPs, or state/local RFPs. The structure consists solely of the distribution statement, suggesting that it serves more as a procedural notation rather than a comprehensive report or request for proposal. As a result, readers should be aware that further content might be necessary for a complete understanding of the document's intent or relevance to government contracting processes.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) issued a Request for Quotation (RFQ) N6660425Q0140 for a 100% small business set-aside to procure, install, and maintain a 50HP Rotary Screw Compressor and Air Dryer. The project includes Firm Fixed Price (FFP) and Time and Material (T&M) provisions with various contract line items (CLINs) for equipment, preventive maintenance, and optional emergent services. The total period of performance is up to four years, with delivery set at FOB Destination to NUWCDIVNPT in Newport, RI. Offerors are required to submit pricing for each CLIN and specify that offered products meet the detailed specifications attached. Performance and technical acceptability will be evaluated based on pricing completeness, specification adherence, and past performance. Active registration in the System for Award Management (SAM) is mandatory. Quotes are to be submitted electronically by July 3, 2025, at 2:00 PM EST, with inquiries directed to Maria Diaz-Sotomayor at the provided email. This RFQ aims to fulfill government requirements efficiently while leveraging small business participation.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued a Request for Quotation (RFQ) N6660425Q0140 for the purchase, installation, and maintenance of a 50HP Rotary Screw Compressor and Air Dryer, as part of a 100% small business set-aside initiative. The solicitation includes a Firm Fixed Price (FFP) and Time and Material (T&M) provisions, encompassing requirements for preventive maintenance over three years, and emergent services options. Offerors are encouraged to conduct a site visit to better understand the scope. Proposals must demonstrate compliance with the Statement of Work (SOW) and include details on prior relevant projects. Payment will be made electronically, and active registration with the System for Award Management (SAM) is mandatory for award eligibility. Quotes are due by June 16, 2025, at 2:00 PM EST. The contract will be awarded based on a Lowest Price, Technically Acceptable evaluation to the responsible offeror. Interested bidders must submit quotes electronically along with necessary compliance and performance documentation.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued a combined synopsis and solicitation (RFQ N6660425Q0140) for the procurement, installation, and maintenance of a 50HP Rotary Screw Compressor and Air Dryer. This project is a 100% small business set-aside, with a NAICS code of 333912 and a size standard of 1,000 employees. The RFQ outlines requirements including a firm-fixed-price (FFP) order and time and material (T&M) options for annual preventive maintenance and emergent services. Offerors are encouraged to conduct a site visit to better understand the scope, with a proposed timeframe from June 9 to June 13, 2025. A labor matrix demonstrating the effort required for project completion is also requested. The submission deadline for quotations is June 16, 2025, with an award based on the lowest price, technically acceptable offer. Firms must provide relevant experience, including prior projects, and ensure registration with SAM. The document includes various FAR and DFARS clauses relevant to the solicitation, emphasizing compliance and technical specifications necessary for acceptance.
    The document outlines a request for contractor services to replace the aging air compressor and air dryer at the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT). The Industrial Services Enterprise (ISE) is essential for mechanical prototyping and fabrication within the naval facility. The contractor is tasked with providing a new 50 HP rotary screw compressor and air dryer, including their installation, commissioning, and ongoing maintenance. Key responsibilities include disconnecting the existing equipment, removing it safely, installing the new systems with a four-way crossover piping configuration, and ensuring both compressors can function independently. The contractor will also conduct initial startups, perform annual preventive maintenance, and address any performance issues that arise, following established safety and operational standards. Government Furnished Information (GFI) such as the compressor room layout is provided to assist the contractor. The document also emphasizes security compliance, operational security (OPSEC), and electronic spill responses, ensuring sensitive information is safeguarded throughout the project. The work takes place at the facility in Newport, RI, and will leverage Service Cost Center (SCC) funds for program financing.
    The document outlines the Contract Data Requirements List (CDRL) for a contract related to the procurement of a Compressor and Air Dryer for the Industrial Services Enterprise (ISE) under Contract/PR No. N66604-25-SIMACQ-NPT-70-0058. It specifies one primary data item, the Failure Analysis and Corrective Action Report (FACAR), which includes a Root Cause Analysis and Corrective Action Report to be submitted within one week of identifying performance issues. Additionally, it mandates the submission of a Manhour Estimate and Technical Cost Proposal within the same time frame after performance issues arise. Both reports require governmental approval and must adhere to strict distribution and export control guidelines, indicating the sensitive nature of the technical data involved. The document emphasizes compliance with the Arms Export Control Act and provides a detailed framework for contractor deliverables, ensuring timely and regulated responses to any identified issues or corrective actions necessary for the equipment's effective operation. Overall, this CDRL serves to establish a formalized reporting mechanism aimed at ensuring operational efficiency and accountability in military contracts.
    This document provides instructions for a site visit to the NUWC Division Newport, scheduled between June 9-13, 2025. The visit will be unclassified, with a scripted itinerary and no questions allowed during the tour. Participants must pre-register via email and must submit a Visit Request, which is mandatory for all visitors, regardless of visit duration or classification. Access will not be permitted without an approved request, which requires specific personal details of each visitor, including social security number, date and place of birth, and clearance level. Visitors without a common access card or Teslin Card must obtain a DBIDS card for entry. Submissions can be made via JPAS, email, or fax, and incomplete requests will be denied. The visit is encouraged but not obligatory. Key contacts and processing details are also included for visitors to ensure compliance. Overall, these measures emphasize the importance of security and organization for access to federal spaces during public engagements related to government projects.
    The document outlines minimum specifications for a government procurement of a compressor and air dryer, dated June 2, 2025. It specifies a rotary screw, oil-free compressor with 50 horsepower and variable speed, operating at 460 volts and delivering 54-248 CFM at 125 PSIG. Required features include a programmable controller, low sound operation, and maintenance indicators, with a maximum size of 6 feet tall. For the air dryer, the specifications include a cycling type with a capacity of 240 SCFM, operating at 230 volts, and featuring automatic drainage. It requires specific Sullair filters for both intake and discharge, an internal condenser, and a maximum height also set at 6 feet. The document emphasizes necessary site surveys, installation requirements, and a 3-year service plan for preventive and breakdown maintenance that includes all parts required for upkeep. Compliance with UL/CSA and ASME/CRN certifications is also mandated. This procurement is part of federal and possibly state RFP processes, aimed at acquiring reliable equipment to ensure operational efficiency and safety standards in government facilities.
    The document pertains to a condensate pump skid and associated equipment within a facility, indicating existing machinery such as a Kaiser dryer and Gardner Denver compressor. It outlines the layout of a raised condensate tank and existing infrastructure, suggesting ongoing maintenance or upgrades in the plant's operations. The distribution statement indicates that this information is publicly released and not restricted, which aligns with federal project goals that require transparency. Overall, the document seems to be related to operations management within a federal context or similar regulatory environment, likely part of a larger request for proposals (RFP) or project plan prioritizing efficiency and compliance in operational mechanical systems.
    The document is a federal government file marked with Distribution Statement “A,” indicating its approval for public release with unrestricted distribution. While the specifics of the content are not provided, the repeated emphasis on the distribution statement suggests a focus on accessibility and transparency of government information. This aligns with the context of federal requests for proposals (RFPs), grants, and state/local RFPs, which typically aim to solicit bids for projects or funding opportunities open to the public. The purpose of such documents is to inform potential stakeholders about available opportunities and ensure compliance with necessary protocols. The structure primarily comprises the distribution statement, suggesting that the document is designed to communicate vital information effectively to a broad audience while encouraging engagement in federal and state initiatives. Overall, the file serves as a framework promoting transparency and public access to government-related projects and funding options.
    The document outlines the procedures for a site visit to NUWC Division Newport, scheduled between May 27 and June 3, 2025. It emphasizes that the visit is unclassified, attendees must pre-register and obtain a valid visit authorization request (VAR) to gain access. The visit will be scripted with no questions allowed during the tour, although follow-up inquiries can be directed via email. Attendees are prohibited from using cameras, and access will not be granted without prior authorization, which requires specific personal information and a government point of contact. Notably, visitors must allow seven business days for VAR processing and may need a DBIDS card if they lack other forms of identification. The guidelines aim to ensure security and control throughout the site visit, reflecting the federal government's stringent access protocols. This document is part of the procedural requirements that often accompany federal contracts and requests for proposals, ensuring compliance and confidentiality in government activities.
    The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is initiating the procurement, installation, and maintenance of a 50HP Rotary Screw Compressor and Air Dryer, as outlined in an upcoming combined Synopsis and Solicitation Notice. Interested vendors are encouraged to schedule a site visit between May 27 and June 5, 2025, to better understand the project requirements. Specific instructions for requesting a site visit are included as an attachment. This notice is not a competitive proposal request; however, any inquiries must be directed to Maria Diaz-Sotomayor by June 4, 2024, at 1400 EST. The project will take place at the NUWCDIVNPT facility in Newport, Rhode Island. Key documents provided include a draft Statement of Work, compressor specifications, compressor layout model, and site visit instructions.
    The document outlines a Statement of Work (SOW) for the procurement of a new air compressor and air dryer for the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) Industrial Services Enterprise (ISE). The primary objective is to replace a non-operational 50 HP compressor essential for supporting mechanical prototyping and fabrication activities related to Research and Development, Testing, and Evaluation. The contractor is responsible for the removal of the old compressor, installation of the new equipment, and ensuring connectivity of air systems, which includes the design of a piping infrastructure that allows for operational flexibility. Key responsibilities include adhering to safety standards, performing equipment commissioning, and providing annual maintenance services. The contractor will also manage emergency services related to performance issues, submitting analysis and proposals for any necessary repairs. All work must comply with applicable government regulations and security protocols while ensuring coordination with government personnel throughout the process. This document emphasizes the critical nature of this upgrade for maintaining operational efficiency in supporting naval missions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Air Compressor
    Currently viewing
    Special Notice
    Similar Opportunities
    Quincy Air Compressor Repair Parts
    Buyer not available
    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.
    COMPRESSOR,REFRIGER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of refrigeration compressors. This procurement aims to ensure the operational readiness of critical refrigeration and air conditioning equipment, which is vital for various military applications. The government is seeking a Repair Turnaround Time (RTAT) of 300 days and requires that all repairs meet specific quality assurance standards, with inspections conducted by the government. Interested contractors should submit their quotes, including pricing and RTAT, to Ashley H. Betlock at ASHLEY.H.BETLOCK.CIV@US.NAVY.MIL or by phone at 717-605-1028, with all submissions due by the specified deadline.
    43--COMPRESSOR, RECIPRO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of reciprocating compressors. This procurement aims to ensure that the compressors meet operational and functional requirements as specified by the associated Cage Codes and reference numbers, adhering to strict quality assurance and inspection standards. The compressors are critical components used in various military applications, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Jessica Grzywna at 215-697-5095 or via email at JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL, and must comply with the outlined requirements and deadlines as specified in the solicitation documents.
    COMPRESSOR UNIT,REC
    Buyer not available
    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.
    43--REPAIR KIT,COMPRESS
    Buyer not available
    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 165 days after order (ADO), 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 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.
    COMPRESSOR,RECIPROC
    Buyer not available
    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.
    43--PARTS KIT,COMPRESSO
    Buyer not available
    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.
    J&A NR3 HPBAC NEW WORK RCC 510N
    Buyer not available
    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.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Buyer not available
    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).
    PUMP,CENTRIFUGAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of centrifugal pumps under a federal contract. The procurement aims to ensure the operational readiness of these pumps, which are critical for various military applications, by establishing a Repair Turnaround Time (RTAT) of 371 days. This solicitation is issued under Emergency Acquisition Flexibilities, encouraging accelerated delivery, and requires Government Source Inspection for all repairs. Interested contractors must submit their quotes, including pricing and capacity constraints, by December 12, 2025, and can direct inquiries to Valentino P. Arena at 717-605-2498 or via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL.