USNS GRASP Quincy LPAC Material
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 / Military Sealift Command (MSC) Headquarters Norfolk is soliciting offers for LPAC Material for the USNS GRASP (T-ARS 51). This procurement includes specific compressor and air dryer units, with amendments clarifying technical specifications for CLIN 0001. The acquisition is justified as a sole-source procurement for "Quincy Compressor" due to compatibility requirements. Offers are due February 25, 2026, at 3:00 PM UTC.
Scope of Work
This solicitation is for the procurement of specific LPAC (Low Pressure Air Compressor) material for the USNS GRASP (T-ARS 51). Key requirements include:
- CLIN 0001: Two (2) 3-phase, 440-480 volts, 125 PSI, water-cooled compressors, each requiring a NEMA 4 electrical panel. The vendor's part number is QSI-50.
- Compressed Air Dryer: One (1) compressed air dryer, vendor's part number QHD-320. Both items require DoD unique identification. A "Use of Other Than Full and Open Competition" memorandum indicates this is a sole-source procurement for "Quincy Compressor / X21467V0023" due to compatibility as a direct replacement part for existing equipment on T-ARS Class vessels.
Contract & Timeline
- Type: Solicitation (Firm Fixed Price for items).
- Set-Aside: UNRESTRICTED.
- Delivery: On or before July 31, 2026.
- Offers Due: February 25, 2026, at 3:00 PM UTC.
- Published: February 24, 2026 (latest amendment posted date).
Submission & Evaluation
Offers must be submitted via email to the contracting officer and contract specialist in Adobe or Microsoft Office format. Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror. Technical evaluation will ensure quoted parts meet solicitation requirements, including delivery dates and terms. Price will be evaluated for reasonableness.
Additional Notes
Deliveries are FOB Destination to MILITARY SEALIFT COMMAND BATS in San Diego, CA, with a 48-hour advance notification required. The solicitation incorporates various FAR and DFARS clauses, including 252.211-7003 (Item Unique Identification and Valuation). Wide Area WorkFlow (WAWF) is required for electronic submission of payment requests and receiving reports.