Rental - (2) Air Compressors & (2) Regenerative Air Dryer Units
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 NORFOLK NAVAL SHIPYARD GF, is soliciting proposals for the rental of two (2) Grade D Air Compressors and two (2) Regenerative Air Dryer Units. These units are required for dry air layup at Naval Station Norfolk & Norfolk Naval Shipyard, Portsmouth, VA. This opportunity is a Total Small Business Set-Aside and has an estimated maximum value of $40,000,000.00. Offers are due by May 15, 2026, at 09:00 AM Eastern.
Scope of Work
The requirement is for the rental of specialized equipment to support dry air layup operations. Key specifications include:
- Two (2) Grade D Air Compressors: Must provide at least 800 CFM at 125 psig, be oil-free rotary screw design, electrically powered (460 VAC, 3-phase, 60Hz), capable of 24/7 operation, weather-resistant (NEMA Type 4), and portable. They must comply with OSHA and ASME Boiler and Pressure Vessel Code, include automatic controls, alarms, and moisture separators.
- Two (2) Regenerative Air Dryer Units: Must have a minimum capacity of 930 CFM at 125 psig, provide a dew point of -65 degrees F, be electrically powered (110/120 VAC, 1-phase, 60Hz), oil-free, capable of 24/7 operation, heatless, twin tower design, weather-resistant (NEMA Type 4), and portable. They must also comply with OSHA and ASME Boiler and Pressure Vessel Code, and include automatic controls and alarms.
- General Requirements: Equipment will be used outdoors. The contractor must provide operating manuals, engineering drawings, and 24/7 on-call repair service. All units must meet specific interface requirements for mechanical (2" Male NPT) and electrical connections (e.g., 440 VAC service with specific cable types and connectors).
Contract & Timeline
- Contract Type: Solicitation (pricing arrangement is Firm Fixed Price for rental).
- Period of Performance: Base period from June 15, 2026, to May 15, 2027, with two (2) option periods.
- Estimated Value: Up to $40,000,000.00 (ceiling).
- Set-Aside: Total Small Business Set-Aside (NAICS Code: 532490, Size Standard: 1350 employees).
- Offer Due Date: May 15, 2026, at 09:00 AM Eastern.
- Questions Deadline: May 15, 2026, at 09:00 AM Eastern.
- Published Date: May 5, 2026.
Submission & Evaluation
Quotations must be emailed in Adobe Acrobat .pdf format. Evaluation will prioritize technical acceptability, followed by price. Award will be made to the responsible Offeror whose offer is most advantageous to the Government, considering price and other factors. A "Technical Capability/Contractor Responsibility Certification Statement" must be completed and submitted, certifying compliance with all equipment specifications.
Contact Information
Primary Point of Contact: Rebekah Riggins, rebekah.r.riggins.civ@us.navy.mil, 757-967-4014.