Rental - (2) Air Compressors & (2) Regenerative Air Dryer Units
SOL #: N4215826Q0022Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NORFOLK NAVAL SHIPYARD GF
PORTSMOUTH, VA, 23709-1001, United States
Place of Performance
Portsmouth, VA
NAICS
Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)
PSC
Lease Or Rental Of Equipment: Pumps And Compressors (W043)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
May 5, 2026
2
Last Updated
May 5, 2026
3
Submission Deadline
May 15, 2026, 1:00 PM
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 / Norfolk Naval Shipyard is soliciting proposals for the rental of two (2) Grade D Air Compressors and two (2) Regenerative Air Dryer Units for dry air layup at Naval Station Norfolk & Norfolk Naval Shipyard, Portsmouth, VA. This is a Total Small Business Set-Aside. Offers are due May 15, 2026, at 09:00 AM Eastern.
Scope of Work
This solicitation requires the rental of specialized equipment for a base period from June 15, 2026, to May 15, 2027, with two (2) six-month option periods.
- Air Compressors: Two (2) Grade D, oil-free rotary screw units, each providing at least 800 CFM at 125 psig. Must be electrically powered (460 VAC, 3-phase, 60Hz), capable of 24/7 operation, weather-resistant (NEMA Type 4), and include moisture separators, automatic controls, and alarms.
- Regenerative Air Dryers: Two (2) units, each with a minimum capacity of 930 CFM at 125 psig, capable of providing a -65 degrees F dew point. Must be self-contained, oil-free, heatless, non-refrigerated twin tower design, electrically powered (110/120 VAC, 1-phase, 60Hz), capable of 24/7 operation, and weather-resistant (NEMA Type 4).
- General Requirements: All equipment must be portable (container or skid), suitable for forklift and crane transport with marked lifting attachments, comply with OSHA and ASME codes, and include operating manuals. The contractor must provide 24/7 on-call repair service.
- Interface Specifications: Bidders must ensure equipment meets specific mechanical (2" Male NPT) and electrical connection requirements, including various VAC/Amp cabling and plug types (e.g., crowsfoot, camlock) as detailed in APPENDIX A - Specifications.
Contract Details
- Contract Type: Firm Fixed Price for rental items.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 532490 (Rental and Leasing of Commercial and Industrial Machinery and Equipment).
- Size Standard: 1350 employees.
- Estimated Value: Up to $40,000,000.00 (ceiling/maximum value).
Submission & Evaluation
- Offer Due Date: May 15, 2026, at 09:00 AM Eastern.
- Questions Due Date: May 15, 2026, at 09:00 AM Eastern.
- Submission Method: Quotations must be emailed in Adobe Acrobat .pdf format.
- Required Forms: Bidders must complete and submit the "Technical Capability/Contractor Responsibility Certification Statement" to certify compliance with all specifications.
- Evaluation: Award will be made to the responsible Offeror whose offer is most advantageous to the Government, considering technical capability (acceptable/unacceptable), past performance, and price.
Contact Information
- Primary Point of Contact: Rebekah Riggins, rebekah.r.riggins.civ@us.navy.mil, 757-967-4014.
People
Points of Contact
Rebekah RigginsPRIMARY