RECIPROCATING AIR COMPRESSOR
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 United States Coast Guard Surface Forces Logistics Center (SFLC) is soliciting quotations for eight (8) Reciprocating Air Compressors (NSN 4130-01-133-6890). This is a Total Small Business Set-Aside opportunity. The requirement is for Quincy Compressor Model D325L units, or approved equivalents, for the WMEC 210 Class Ship Service. Quotations are due by April 22, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The Coast Guard requires eight (8) Quincy Compressor, Model D325L, reciprocating two-stage air compressors. These units must be rated at 17.4 CFM at 175 PSIG, be vertical design, base mounted, and include an automatic unloader, electric motor controller, and pressure switch. Acceptable motor types include MARATHON ELECTRIC (NJ184TTDR7026) or BALDOR MOTOR (M3218T), both 5 HP. The compressor assembly is base mounted and does not include a tank but must include belts, pulley, and belt guard. The previous model was 325-17, S/N: 254031.
Key Requirements
- Quantity: 8 Each
- Manufacturer/Part: Quincy Compressors, PN: D-325-l (or approved equivalent meeting specifications).
- Application: WMEC 210 Class Ship Service Air Compressor.
- Packaging: Strict adherence to MIL-STD-2073-1E is mandatory. Units must be packaged in fully enclosed, skid-mounted wood shipping containers (1/2" thick plywood/lumber, framed, self-tapping wood screws), with the compressor lag-bolted and wrapped in polyurethane plastic. Marking must comply with MIL-STD-129R, BARCODE 39 FORMAT. Standard commercial packaging is unacceptable.
- Delivery: F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126.
Contract Details
- Type: Combined Synopsis/Solicitation, Firm Fixed Price Contract.
- Acquisition Method: Simplified Acquisition Procedures (FAR 13.106).
- NAICS: 333415 (Size Standard: 750 employees).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Award Basis: All or none, based on Lowest Price Technically Acceptable (LPTA).
Submission & Eligibility
- Deadline: April 22, 2026, at 10:00 AM EST.
- Eligibility: All responsible sources with valid DUNS numbers and active registration in SAM.gov. Offerors must provide their Tax Information Number.
- Required Forms: Quotations must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, and the Inverted Domestic Corporation disclosure. The solicitation incorporates FAR 52.212-1, 52.212-4, 52.212-5, and various other FAR and HSAR clauses by reference, including those related to Buy American Act, small business programs, and anti-trafficking. CGAP 3042.302-90 also applies.
Contact Information
For questions, contact Donna Scandaliato at DONNA.M.SCANDALIATO@USCG.MIL or 410-762-6259.