Air Compressor System Services
ID: W911N2-24-R-0024Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, 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

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

    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 involves comprehensive maintenance, repair, and rental services for various air compressor, blower, and dryer systems, with a contract duration of one base year and two option years. This initiative is crucial for maintaining operational efficiency and ensuring the reliability of essential equipment used by the Army. Interested contractors must submit their proposals by November 21, 2024, at 4:00 PM ET, and can direct inquiries to Laura J. Buehler at Laura.J.Buehler.civ@army.mil or Michelle L. Fike at michelle.l.fike.civ@army.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for air compressor system services at Letterkenny Army Depot. The contractor is tasked with providing personnel, tools, equipment, and materials for repair, preventive maintenance, and rental services for various air compressor, blower, and dryer systems. The contract spans one base year with two additional option years and emphasizes adherence to high-quality standards to ensure operational efficiency. Key responsibilities include developing a Quality Control Program, performing semi-annual and annual preventive maintenance on listed equipment, and providing emergency response services. The contractor must manage all labor and parts procurement efficiently, ensuring minimal disruption to government operations. Furthermore, the document contains guidelines for invoicing, safety compliance, and handling of government property. The PWS reflects the government's commitment to maintaining critical operational capabilities while ensuring contractors adhere to safety, environmental, and regulatory standards. This document serves as a foundational guideline for government contracting in the context of effective facility management, clearly articulating expectations, responsibilities, and compliance requirements for all involved parties.
    This document serves as guidance for Offerors responding to a government solicitation, emphasizing compliance with registration in the System for Award Management (SAM) to be eligible for contract awards. Key points include the necessity of submitting electronic annual representations and certifications as part of SAM registration, with a specific focus on submitting questions to designated officials before the closing date. The Government intends to award contracts without discussions, requiring Offerors to submit their best initial prices and detailed technical information. Proposals must be signed by authorized individuals, and strict guidelines around amendments and electronic submission formats are enforced to reduce paperwork. Payment will be processed via Electronic Funds Transfer through the Defense Finance and Accounting Services. Insurance requirements are specified for liability coverage during contract performance. The document also outlines an AMC-Level Protest Program designed to address disputes before they escalate externally. Additionally, it mentions the transition to a new Army Contract Writing System (ACWS), advising Offerors to remain vigilant for any changes throughout the solicitation process. Overall, the document highlights the structured processes and requirements fundamental for successful contract proposals within federal and state/local RFP environments.
    The document outlines information regarding a federal government contract, specifically addressing whether the contract is new or follows an existing one. It confirms that the current work is under contract W911N2-22-D-0019, held by incumbent contractor R.L. Bentley Machinery Repair and Service with a total estimated value of $878,182. A site visit for potential bidders is scheduled for October 9, 2024, and attendance is encouraged but not mandatory. Instructions for attendance detail the requirement for attendees to submit personal information for security clearance, which includes obtaining a visitor's pass with necessary documentation. The location for the visit is the Letterkenny Army Depot in Pennsylvania. This information is crucial for ensuring that potential offerors understand the prerequisites for attending the site visit and the existing contract's parameters, highlighting the ongoing engagement between the government and contractors in fulfilling federal service needs.
    The document addresses inquiries related to the solicitation for Air Compressor System Services, Number W911N2-24-R-0024. It indicates that the requesting party is seeking information on parts manuals for various air compressors, emphasizing the need for such data to prepare a precise proposal. In response, the government provides links for manuals of three specific brands but states that comprehensive details for all compressors cannot be supplied due to their vast variety. Additionally, the document confirms that Kaeser S-460 synthetic oil is used in all rotary screw machines at the site and notes that no detailed equipment information, such as photos or run hours, is available. Lastly, it clarifies that only new parts are permissible for equipment preventive maintenance and repairs, explicitly excluding aftermarket parts. This communication appears to aim at ensuring proposers have the necessary information to submit compliant and competitive bids for the air compressor system services contract.
    The document serves as an amendment to a government solicitation, specifically extending the closing date for submissions from October 30, 2024, to November 12, 2024, at 4:00 PM ET. It addresses contract modification details, confirming that all other terms and conditions remain unchanged unless specified in the amendment. The amendment pertains to solicitation number W911N224R0024 and includes instructions for contractors to acknowledge receipt of the amendment prior to the revised deadline to avoid rejection. The Letterkenny Contracting Office, located in Chambersburg, Pennsylvania, issued the amendment, emphasizing the importance of timely submissions while maintaining compliance with federal contracting procedures. This extension provides bidders additional time to prepare responsive proposals, reflecting the government's flexibility in facilitating fair competition in federal contracting opportunities. Overall, the amendment encapsulates the structured process integral to managing government solicitations and ensures clarity for all participating parties.
    The document is an amendment to a solicitation/modification of a government contract issued by the Letterkenny Contracting Office. It serves to address a question from potential contractors and provides details about a site visit scheduled for October 9, 2024. The amendment also extends the solicitation's closing date to October 30, 2024, at 4:00 PM ET. The site visit encourages bidders to inspect the premises to understand any conditions affecting contract performance, reaffirming that a failure to inspect won't be grounds for claims post-award. The structure of the document includes sections identifying the contracting office, amendment details, and changes to the solicitation timeline, with a summary of significant changes including the addition of a site visit provision. This amendment exemplifies the government's procedural updates in contract solicitations to ensure transparency and informed bidding processes, vital for effective procurement management within federal grants and RFP frameworks.
    The document is an amendment to a government solicitation for a procurement contract, issued by the Letterkenny Contracting Office in Chambersburg, PA. The primary purpose of this amendment is to respond to questions submitted regarding the solicitation and to extend the deadline for submission of offers from November 12, 2024, at 4:00 PM ET to November 21, 2024, at 4:00 PM ET. The amendment confirms that, aside from the specified changes, all previous terms and conditions of the solicitation remain in effect. Contractors are required to acknowledge receipt of this amendment before the revised deadline to ensure their offer is considered. The document includes administrative details, such as contract ID codes and modification numbers, affording transparency and traceability in the federal contracting process. Overall, this amendment reflects the federal government's procedural integrity in handling solicitations and modifications, with emphasis on clear communication and adherence to deadlines.
    The document is an amendment to a solicitation from the Letterkenny Contracting Office. Its primary purpose is to provide information in response to a query regarding the types of oil used in rotary screw machines at a specific site. The amendment states that Kaeser compressors use Kaeser S-460 synthetic oil, I/R units utilize I/R Ultracoolant, Sullair units employ Sullube-32, and all piston-style units utilize Champion Champlube-Synthetic. Additionally, it notes that the closing date for offers is not extended and that no further questions will be accepted after November 14, 2024. The amendment maintains all previous terms and conditions unchanged, except for the specified updates. It emphasizes the importance of acknowledging receipt of the amendment prior to the submission deadline to avoid rejection of offers. The document is structured in a formal contracting format, detailing administrative identifiers and signatures relevant to the contracting process and ensuring compliance with federal regulations governing solicitations and contracts. Overall, it reflects routine administrative functions within federal procurement efforts aimed at ensuring all parties are informed and aligned on contractual details.
    The document is a government Request for Proposal (RFP) for contractual services related to preventative maintenance and repair of facilities at Letterkenny Army Depot in Chambersburg, PA. The RFP outlines the solicitation number W911N224R0024, with proposals due by 4:00 PM on September 24, 2024. It includes detailed requirements for semi-annual and annual preventative maintenance for various buildings and equipment, emphasizing compliance with specific performance work statements (PWS). The proposal encompasses additional elements such as repair labor, repair parts, and rental of compressors. Key factors for evaluation include technical capabilities, qualifications of personnel, and past performance on similar contracts, with emphasis on small business participation. The government will select offers based on the lowest price that meets technical acceptability, ensuring that successful bidders are capable of delivering the required services while adhering to compliance regulations. Important clauses and regulations governing contractor conduct, warranties, and payment procedures are incorporated by reference. This document serves the dual purpose of detailing service requirements and implementing federal regulations to guide contractor selection and contract execution processes. Overall, it reflects the Army's initiative to maintain operational efficiency through systematic maintenance of its facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Presolicitation
    Similar Opportunities
    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.
    4130 SCROLL COMPRESSOR
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of a brand-name 4130 Scroll Compressor from Danfoss Inc. This acquisition will be conducted on a brand-name basis, utilizing FAR Parts 12 and 13, and is set aside for small businesses under the SBA guidelines. The compressors are critical components for refrigeration and air conditioning systems, which play a vital role in various military operations. The solicitation is expected to be posted on the Sam.gov website around December 11, 2025, with quotes due by December 19, 2025. Interested parties should direct any inquiries to Lorraine Small at Lorraine.M.Small.CIV@us.navy.mil.
    COMPRESSOR,RECIPROC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting quotes for the procurement of a reciprocating compressor, specifically identified by part number 5MH40-149. This contract aims to fulfill the requirements for manufacturing and quality assurance of the compressor, which is vital for various defense applications involving compressors and vacuum pumps. Interested vendors should note that the solicitation has undergone amendments, reducing the quantity from three to one unit and extending the submission deadline to December 31, 2025. For further inquiries, potential bidders can contact Brianna Cracker at 717-550-3124 or via email at BRIANNE.CRACKER@DLA.MIL.
    43--COMPRESSOR,RECIPROC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two reciprocating compressors, identified by NSN 4310016808302. The solicitation is a Request for Quotation (RFQ) and is set aside for small businesses, in accordance with FAR 19.5, emphasizing the importance of supporting small enterprises in defense contracting. These compressors are critical components in various military applications, ensuring reliable operation of air and gas systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The delivery is expected within 168 days after order, and all responsible sources are encouraged to participate.
    43--PARTS KIT,COMPRESSO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement of a Parts Kit for Compressors, specifically NSN 4310014805751. The requirement includes a quantity of three kits to be delivered to DLA Distribution within 137 days after order placement, with the approved source being 1KWT0 085 152. This procurement is crucial for maintaining operational readiness and efficiency in military applications involving air and gas compressors. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    COMPRESSOR UNIT,REC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of Compressor Unit, REC. The procurement aims to secure the repair of six units, with a required Repair Turnaround Time (RTAT) of 172 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential equipment used in various defense operations. Interested contractors must submit their proposals via NECO or email by the extended deadline of December 19, 2025, and can reach out to Kristina L. Alexander at 717-605-6055 or via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL for further inquiries.
    16--COMPRESSOR,WING PY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of compressors for aircraft wing systems. This contract requires the delivery of newly manufactured spare parts, adhering to strict quality standards, including AS/EN/JISQ 9100 or equivalent certifications, and excludes refurbished or remanufactured items. The compressors are critical components for aircraft operations, emphasizing the importance of reliability and compliance with government-approved sources of supply. Interested vendors should direct inquiries to Nikolin Toroveci at 215-737-2612 or via email at NIKOLIN.TOROVECI@DLA.MIL, with proposals due by the specified deadline.
    43--REPAIR KIT,COMPRESS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of a repair kit for compressors, specifically NSN 4310015356087. The requirement includes a quantity of three units to be delivered to DLA Distribution within 154 days after order placement, with the approved source being 66935 377-15866-004. This procurement is critical for maintaining operational readiness and efficiency in military equipment that relies on air and gas compressors. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Z2DA--552-25-501 - Install Compressor for SPS Cabinets
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to install a medical air compressor system at the Dayton VA Medical Center in Ohio. The project involves the installation of a triplex medical air compressor capable of supplying 30-35 SCFM at 100 PSI to support seven new EndoDry cabinets in the Digestive/Endoscopy and Operating/Surgery sections, ensuring compliance with the 2024 NFPA99 Standards for medical gas systems. Interested businesses must respond by January 4, 2026, at 5:00 PM Eastern Time, providing essential information including their business name, contact details, SAM Unique Entity ID, socio-economic status, and relevant past performance to the Contracting Officer, Jeffrey Rozema, at jeffrey.rozema@va.gov.