Purification System
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 the Norfolk Naval Shipyard GF, is soliciting proposals for a Firm Fixed Price (FFP) contract to procure two Breathing Air Filtration Purification Systems. This requirement is a Total Small Business Set-Aside. Proposals are due by March 27, 2026, at 12:00 PM EST.
Scope of Work
This solicitation (N4215826QE023) requires the provision of two portable, forklift-handleable purification systems designed to remove carbon monoxide, hydrocarbons, and odor from supplied compressed air. The systems must deliver ANSI Grade E breathing air, meeting stringent quality specifications for oxygen (19.5%-23.5%), carbon dioxide (1000 PPM max), carbon monoxide (10 PPM max), hydrocarbons (0.005 mg/L max), and water content (dew point not to exceed -80°F). Delivery is required on or before June 1, 2026, to the Norfolk Naval Shipyard in Portsmouth, VA.
Contract Details
- Contract Type: Firm Fixed Price (FFP), Single Award Contract.
- Delivery Date: On or before June 1, 2026.
- Delivery Location: Norfolk Naval Shipyard GF, Portsmouth, VA.
- NAICS Code: 333912 (Air and Gas Compressor Manufacturing), Small Business Size Standard: 500 employees.
Set-Aside
This acquisition is a 100% Total Small Business Set-Aside in accordance with FAR Part 19.5 and FAR Part 13.5.
Submission & Evaluation
Offerors must submit their proposals via email to michelle.r.augustus.civ@us.navy.mil by March 27, 2026, at 12:00 PM EST. Proposals must include a Technical Capability submission (utilizing the "Technical Capabilities Form" - Attachment A), Price Submission (SF 1449), and acknowledgement of any amendments. Quotes must remain firm for sixty (60) days.
Evaluation factors include Technical Submission, Price, and Past Performance. Award will be made to the responsible Offeror whose technically acceptable proposal offers the lowest aggregate price and is most advantageous to the Government. Technical acceptability will be determined by reviewing the Technical Capability Certification Chart.
Key Requirements & Notes
- A Certificate of Compliance is mandatory for material shipments.
- Packaging must adhere to ASTM-D-3951-18.
- Payment requests and receiving reports are to be submitted via Wide Area WorkFlow (WAWF).
- Questions regarding the solicitation must be submitted via email to michelle.r.augustus.civ@us.navy.mil by March 25, 2026.
Contact Information
Primary Point of Contact: Michelle Augustus Email: michelle.r.augustus.civ@us.navy.mil Phone: 757-396-4922