5000 Hour Low Pressure Air Compressor Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, through NAVSUP FLC Puget Sound, is conducting market research via a Sources Sought synopsis for 5,000-hour maintenance on Low Pressure Air Compressors (LPACs) for a US Navy Guided Missile Destroyer (DDG) located in Yokosuka, Japan. This effort aims to identify qualified parties and inform a potential small business set-aside decision. Responses are due February 2, 2026.
Scope of Work
This acquisition seeks support for the 5,000-hour maintenance of the #1, #2, and #3 LPACs on a DDG vessel. The scope includes providing all necessary consumables, repair parts, and replacement parts. Work will be performed at the U.S. Naval Ship Repair Facility SRF-JRMC in Yokosuka, Japan, during normal working hours (8:00 AM to 4:45 PM JST, Monday-Friday).
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 336611 (Ship Building and Repairing) with a 1,250-employee small business size standard.
- Set-Aside: None specified; market research will determine potential small business set-aside.
- Period of Performance: September 1, 2026, to September 22, 2026 (22 days).
- Response Due: February 2, 2026, at 1:00 PM UTC.
- Published: January 15, 2026.
Submission Requirements
Interested parties must submit a response via email to Denise Manor (Denise.e.Manor.civ@us.navy.mil). Submissions should include:
- Organization name, address, Cage Code, email, website, telephone number.
- Large or small business size status under NAICS 336611.
- A tailored capability statement addressing the specific requirements, with supporting documentation. Discuss subcontracting/teaming arrangements if applicable.
Additional Notes
This is not a Request for Proposal and does not guarantee a future solicitation. The Government assumes no financial responsibility for costs incurred in responding. Workers must meet all Government entry criteria for Japan and obtain base access. Compliance with specific technical references (TGI 38K4255106-A01, TGI_38K4255106-T01, NSI FY26 CH-1, TM S6430-AE-TED-010) is required.