Low Pressure Air Compressor Repairs
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, specifically NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for Low Pressure Air Compressor (LPAC) 1 and 2 Air End Repairs onboard a US Naval Vessel in Yokosuka, Japan. The government anticipates awarding a Firm Fixed-Price contract for this effort. Offers are due by April 2, 2026, at 11:00 AM.
Scope of Work
This opportunity requires the repair and operational testing of LPAC 1 and 2 Air Ends. The contractor will perform all labor as detailed in Job Specifications 38DX255115-A01 and 38DX255116-A01, coordinating work schedules with the Government Technical Point of Contact. The objective is to accomplish non-nuclear ship repair, including maintenance, overhauls, and conversions.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: April 10, 2026, to May 26, 2026 (on-site work).
- Place of Performance: SRF AND JRMC YOKOSUKA, JAPAN.
- Set-Aside: Unrestricted, with a price evaluation preference for HUBZone Small Business Concerns (option to waive).
- Offer Due Date: April 02, 2026, at 11:00 AM (Japan Standard Time).
- Questions Due: One day prior to the solicitation's closing date, via email.
- Published Date: March 30, 2026.
Evaluation Factors
Proposals will be evaluated based on technical capability (must be a NAVSEA qualified repair activity for STAR-200 LPAC), delivery date, price, and past performance. Partial quotes may be deemed unacceptable.
Additional Notes
- Invoices must be submitted via WAWF (Wide Area WorkFlow).
- Contractor personnel entering Japan must adhere to specific documentation and procedures.
- Security requirements include potential access to Receiving Activities Operations Area (OA) or Industrial Area (IA), with restrictions for individuals with felony convictions. Foreign Nationals require prior written approval.
- Contractor is responsible for providing all necessary materials, equipment, and services (CFM/CFE).
- Safety and health rules must comply with OSHA and applicable regulations, including Japanese, Navy, Federal, State, and local environmental requirements. A pre-work conference is required.
- All contractor labor hours must be reported via http://www.ecmra.mil/ by October 31st annually.