J--Dive Center Breathing Gas Compressor Maintenance a
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 National Oceanic and Atmospheric Administration (NOAA), specifically the Pacific Islands Fisheries Science Center (PIFSC), is soliciting proposals for breathing gas compressor maintenance, repair, and parts to support SCUBA diving operations. This opportunity is a Total Small Business Set-Aside and covers services for Bauer and Nuvair compressors. Offers are due by April 15, 2026, at 12:00 PM Eastern Daylight Time.
Scope of Work
The contractor will provide comprehensive maintenance services for breathing air compressors, including annual service (oil/filter changes, inspections, belt adjustments, condition reports), relief valve testing and certification (calibrated bench tests, functional system tests, certification), and the provision of miscellaneous supplies such as spare parts and consumables, with a spending limit of $750. The objective is to ensure continuous operation and mission success, particularly in remote field areas. Services will be performed at the NOAA Daniel K. Inouye Regional Center in Honolulu, HI, and Joint Base Pearl Harbor-Hickam (JBPHH).
Contract Details
- Opportunity Type: Solicitation (RFQ/RFP)
- Contract Type: Firm-Fixed-Price for all Contract Line Items (CLINs).
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a size standard of $12.5 Million.
- Period of Performance: A base year from April 27, 2026, to April 26, 2027, with four additional option years extending through 2030-2031.
Submission & Evaluation
- Offer Due Date: April 15, 2026, at 12:00 PM Eastern Daylight Time.
- Submission Requirements: Offerors must submit signed and dated offers including the solicitation number, offeror information (UEI, EFT indicator), a technical approach, a price quote (using the provided Price Proposal List and Parts List), and past performance questionnaire(s).
- Evaluation Factors: Award will be made to the responsible offeror whose proposal is most advantageous to the government, based on an evaluation of Technical Approach and Capability, Price, and Past Performance. Option years will be evaluated by adding their total price to the basic requirement.
Special Requirements & Notes
- Personnel: Contractor personnel must be qualified (factory-certified preferred), US citizens or permanent residents, and adhere to safety and security requirements for JBPHH and NOAA IRC access. Site visits must be scheduled in advance.
- Pricing: Bidders must complete the provided Price Proposal List and Parts List, noting "Not to Exceed" prices where indicated.
- Wage Determination: The Department of Labor Wage Determination 2015-5689, Revision No. 27 (dated Dec 03, 2025) applies, specifying minimum wage rates and fringe benefits for Hawaii.
- Platform: The Department of Commerce will use FedConnect® for contract administration; registration is required.
- Access: As of January 1, 2026, REAL ID-compliant identification will be required for facility access.
- Contact: Jenna L. Taulman at JENNA.TAULMAN@NOAA.GOV.