TWO AIR COMPRESSORS AND RECEIVER TANK
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 Air Force has issued a combined synopsis/solicitation for the procurement and installation of two air compressors and one air receiver tank at Westover Air Reserve Base, MA. This is a Firm-Fixed Price (FFP) requirement conducted under FAR Part 12 and 13 procedures. Quotes are due by March 10, 2026.
Scope of Work
The contractor shall provide all equipment, labor, and materials for a complete compressed air system solution. Key requirements include:
- Air Compressors: Two 25 HP Rotary Screw units delivering 107.5 CFM at 110 psig with low-sound enclosures.
- Air Dryer: One cycling refrigerated dryer (38°F dew point) for energy efficiency.
- Filtration: General purpose (1 micron) and high-efficiency oil removal (0.01 micron) filters.
- Receiver Tank: One 400-gallon vertical tank built to ASME standards.
- Condensate Management: An oil/water separator for environmental compliance.
- Installation Services: Removal of existing units, piping, electrical work, system start-up, and personnel training.
Contract & Timeline
- Type: Firm-Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 333912 (Air and Gas Compressor Manufacturing)
- Site Visit: Scheduled for February 18, 2026, at 09:00 AM EDT. Attendance is strongly encouraged due to project complexity.
- RFI Deadline: March 3, 2026, at 12:00 PM EDT.
- Response Due: March 10, 2026, at 12:00 PM EDT.
Evaluation
Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Technical acceptability is based on meeting the "Salient Features" document and providing comprehensive warranty information (duration and coverage).
Additional Notes
Offerors must notify the Contracting Officer for base access to the site visit and present REAL ID-compliant identification. Note that funds are not presently available for this effort; award is subject to the availability of funds.