ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Air Compressor BLDG 124

DEPT OF DEFENSE W50S8S25QA008
Response Deadline
Sep 18, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Army, is soliciting quotes for the replacement of an air compressor in Building 124 at the 180th Fighter Wing in Swanton, Ohio. The project requires the contractor to remove the existing oversized air compressor and install a new dual-head air compressor and drier, capable of delivering 40 SCFM at 90 PSI, with a maximum pressure of 150 PSI, along with all necessary electrical and piping work. This procurement is a total small business set-aside, with a Firm-Fixed Price (FFP) contract expected to be awarded based on technical acceptability, price, delivery, and Supplier Performance Risk System (SPRS) evaluations. Quotes are due by 10:00 A.M. EST on September 18, 2025, and interested parties should direct inquiries to 2d Lt Adam Krouse at adam.krouse@us.af.mil or TSgt Cody Walker at cody.walker.12@us.af.mil.

Classification Codes

NAICS Code
333912
Air and Gas Compressor Manufacturing
PSC Code
4310
COMPRESSORS AND VACUUM PUMPS

Solicitation Documents

7 Files
ATTACHMENT 4 - Solid Waste Tracking Form.pdf
PDF102 KB9/4/2025
AI Summary
The 180th FW Solid Waste Disposal and Tracking Form is a mandatory document for contractors to report solid waste metrics, aligning with Executive Order (EO) 13834 and DAFMAN 32-7002. This form must be submitted quarterly to the Environmental Management Office, specifically to Stymie Doolan and Julie McCarthy. Contractors are required to provide the total weight in tons and corresponding dollar amounts for various waste categories: mulched/composted (landscape waste, construction & debris), landfilled (non-hazardous solid waste, construction & debris), incinerated (non-hazardous solid waste, construction & debris), waste-to-energy (non-hazardous solid waste, construction & debris), and diverted/recycled/reused (non-hazardous solid waste, construction & debris). The form specifies providing "N/A" for "Not applicable" or "0" for "zero tons" and requires copies of all weight tickets. This document ensures compliance with federal waste management regulations and facilitates tracking of waste disposal and diversion efforts.
ATTACHMENT 3 - 180FW FORM 50.pdf
PDF271 KB9/4/2025
AI Summary
The document outlines the "HAZMAT AUTHORIZATION FOR CONTRACTORS" process, a critical requirement for federal, state, and local government projects involving hazardous materials. Contractors must submit detailed information for each hazardous material (hazmat) item, including product name, part number, unit of issue, storage location, frequency and location of use, proposed quantity, brief description of use, and intended disposal. A current Safety Data Sheet (SDS) must accompany each submission. This authorization is strictly for gathering information to meet regulatory reporting requirements and ensure the health and safety of government employees. It does not indicate material compliance with project plans, nor does it evaluate the contractor's environmental, safety, or health programs. The form includes sections for review and authorization by Bioenvironmental Engineering, Environmental Management, and Safety/Fire Protection, with fields for comments, authorization status (authorized, authorized with comment, change requested), and signatures. Environmental Management also notes if the item is subject to EPCRA 312 or 313. Additionally, the document includes a "CONTRACTOR HAZMAT USE SUMMARY" form, requiring contractors to report the actual total quantity of each hazmat product used throughout the project, providing enough detail for conversion to total pounds. This entire process ensures stringent oversight and compliance regarding hazardous material usage on government job sites.
ATTACHMENT 2 - Clause and Provision.pdf
PDF187 KB9/4/2025
AI Summary
This government file, W50S8S25QA008, outlines various clauses incorporated into federal contracts, primarily focusing on compliance, reporting, and acquisition regulations. Key areas include prohibitions on certain telecommunications equipment (FASCSA orders), requirements for unique item identification and valuation (IUID) for delivered goods, and detailed instructions for electronic payment and receiving reports via Wide Area WorkFlow (WAWF). The document also includes extensive offeror representations and certifications covering small business concerns, veteran and women-owned businesses, environmental compliance, and restrictions on business operations with specific regimes. These clauses ensure transparency, accountability, and adherence to federal guidelines in government procurement.
Bldg-124 Overview.pdf
PDF105 KB9/4/2025
AI Summary
The document, titled "Air Compressor and Drier Location," is a brief government file that focuses solely on the placement of an air compressor and drier. Given its context within federal and state/local RFPs and grants, it likely serves as a specific instruction, requirement, or detail within a larger project specification or technical drawing. The brevity suggests it's a critical, standalone piece of information that needs to be precisely communicated for facility design, installation, or operational planning related to pneumatic systems. It indicates that the location of these components is a specific point of interest or a designated requirement within a broader governmental project or facility upgrade.
Mech Room B124.docx
Word1500 KB9/4/2025
AI Summary
The document outlines a project to remove an existing air compressor and drier and install new units in the same location. The installation requires two fused disconnects: a 200A, 208V, 3-phase disconnect and a 208V/120V disconnect. This project is likely part of a government Request for Proposal (RFP) or a similar procurement document, detailing the electrical and mechanical requirements for upgrading industrial equipment. The emphasis is on specific power configurations for the new installation.
ATTACHMENT 1 - PWS for B124 Air Compressor_Rev1.pdf
PDF212 KB9/4/2025
AI Summary
This government Performance Work Statement (PWS) outlines the requirements for replacing an oversized air compressor in Building 124 at the 180th Fighter Wing in Swanton, OH. The contractor is responsible for removing the old unit and installing a new dual-head air compressor and drier capable of 40 SCFM at 90 PSI, with a maximum pressure of 150 PSI. The project includes all necessary electrical and piping work, to be completed within 30 days of the award. The PWS details contractor responsibilities, including quality control, security compliance, personnel identification, and adherence to all applicable federal, state, and local regulations. The document also specifies deliverables such as operation manuals and training certificates.
Combined Synopsis W50S8S25QA008.pdf
PDF107 KB9/4/2025
AI Summary
This document is a combined synopsis/solicitation (RFQ W50S8S25QA008) for commercial items, specifically for a compressor replacement in building 124 at the 180th Fighter Wing in Swanton, OH. It is a 100% small business set-aside with NAICS code 333912 and a size standard of 1,000 employees. The resulting award will be a Firm-Fixed Price (FFP) purchase order. Quotes are due by September 18, 2025, at 10:00 A.M. EST via email. Evaluation factors for award include technical acceptability (pass/fail based on product specification sheet), price, delivery, and Supplier Performance Risk System (SPRS) information. Offerors must provide contact information, CAGE Code, Unique Entity ID, company details, delivery terms, and warranty information. The solicitation includes provisions for an Agency Protest Program through the National Guard Bureau.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 19, 2025
amendedLatest Amendment· Description UpdatedSep 4, 2025
deadlineResponse DeadlineSep 18, 2025
expiryArchive DateOct 3, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W7NU USPFO ACTIVITY OHANG 180

Point of Contact

Name
2d Lt Adam Krouse

Place of Performance

Swanton, Ohio, UNITED STATES

Official Sources