Quincy Compressor parts

SOL #: N0040626QS098Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

Norfolk, VA

NAICS

Air and Gas Compressor Manufacturing (333912)

PSC

Miscellaneous Ship And Marine Equipment (2090)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 16, 2026
2
Last Updated
Mar 7, 2026
3
Submission Deadline
Feb 12, 2026, 5:00 PM

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 (NAVSUP Fleet Logistics Center Puget Sound) has issued a combined synopsis/solicitation for Brand Name Quincy Air Compressor parts. This requirement is a 100% Small Business Set-Aside intended to support the Military Sealift Command (MSC). Following Amendment 0002, the response deadline has been extended to February 12, 2026, at 12:00 PM EST.

Scope of Work

The Government requires specific brand-name Quincy equipment to ensure compatibility with existing shipboard systems. Key deliverables include:

  • (2) Quincy QDGV3046FM Rotary Screw Air Compressors (30HP, 125psi).
  • (1) Quincy QDGV3046FMD Rotary Screw Air Compressor and Dryer (30HP, 125psi).
  • (3) Compressed Air Filters (QMF 175 and QCF 175 models).

Technical Specifications Update: Per Amendment 0002, CLINS 0001 and 0002 must meet a voltage requirement of 460/3/60. No substitutes are authorized as these parts are required for a specific T-ALT system approved by MSC and ABS.

Contract & Timeline

  • Type: Firm Fixed-Price (FFP) Purchase Order.
  • Set-Aside: Total Small Business Set-Aside.
  • Delivery Date: April 27, 2026 (Updated via Amendment 0001).
  • Delivery Location: MSC BATS Warehouse, San Diego, CA.
  • Response Due Date: February 12, 2026.

Evaluation

Award will be made to the responsible offeror providing the Best Value to the Government. Evaluation factors include:

  1. Technical Acceptability: Requires a specification sheet for each part and a mandatory Authorized Distributor Letter from the OEM.
  2. Delivery: Ability to meet the required timeline.
  3. Price: Must include FOB Destination shipping costs.
  4. Past Performance.

Additional Notes

Offerors must be registered in SAM.gov and must submit a signed copy of all amendments with their quote package. Quotes must remain valid for at least 60 days.

People

Points of Contact

Brittany TavassoliSECONDARY

Files

Files

Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Mar 7, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 16, 2026
View