FIVE STAGE HPAC VALVE
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 Defense Logistics Agency (DLA) Maritime Puget Sound is soliciting proposals for a Five Stage HPAC Valve Assembly Set under a 100% Small Business Set-Aside. This is a sole-source procurement for American Compressor Company parts, essential for maintaining Naval vessel high-pressure air systems. The resultant award will be a firm fixed-price supply contract. Offers are due by February 27, 2026, at 3:00 PM local time.
Scope of Work
This opportunity requires the procurement of two (2) Five Stage HPAC Valve Assembly Sets, part number 3-140818-UE-VLVST, manufactured by American Compressor Company (Universal Hi-Pack Model #55H75). Each set includes 10 valves with O-rings and seals.
- No substitutions are permitted; only direct OEM replacement parts meeting OEM technical specifications (machining, surface finishes, geometric tolerances, materials) will be accepted to ensure compatibility and prevent equipment failure or safety hazards.
- Packaging must comply with ASTM-D-3951 and MIL-STD-129, prohibiting certain materials and requiring heat-treated wood packaging and mandatory pallets for non-small parcel shipments.
- Unique Item Identification (IUID) is required for the delivered items, as they are valued over $5,000.
Contract Details
- Contract Type: Firm Fixed-Price Supply Contract
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- Sole Source: American Compressor Company
- NAICS: 333912
- PSC: 4310 (Compressors And Vacuum Pumps)
- Place of Performance/Delivery: Bremerton, WA 98314
- Required Delivery Date (RDD): May 12, 2026
- Payment: Via Wide Area Work Flow (WAWF)
- NIST SP 800-171: Required for the contractor (awardee) unless items are Commercial Off The Shelf (COTS). Offerors must identify and provide information on COTS items during the solicitation period if applicable.
Submission & Evaluation
- Offers Due: February 27, 2026, 3:00 PM local time
- Submission Method: Electronically (details in RFQ)
- Key Submission Requirements:
- Complete pricing for each CLIN.
- Provide CAGE code.
- Complete all representations and certifications.
- Provide manufacturer information for proposed items.
- Return all pages of the completed original solicitation package, signed.
- Ensure current registration in SAM.gov.
- Include lead time for delivery (FOB destination).
- Questions: Submit via email to naomi.larson@dla.mil.
- Evaluation: While not explicitly detailed, typical factors include technical capability, price, and past performance. Inspection and acceptance will occur at destination.
Additional Notes
Offerors are responsible for downloading the RFQ and monitoring the site for any amendments. Contractors will need a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station. Compliance with various FAR and DFARS clauses (cybersecurity, supply chain, labor) is required.