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 for dry air layup at Naval Station Norfolk & Norfolk Naval Shipyard in Portsmouth, VA. This is a Total Small Business Set-Aside. Quotations are due May 8, 2026, at 09:00 AM Eastern.
Scope of Work
This solicitation requires the rental of specialized equipment to support operations at Naval Station Norfolk and Norfolk Naval Shipyard.
- Air Compressors: Two (2) Grade D units, each providing at least 800 CFM at 125 psig. Must be oil-free, rotary screw design, fixed speed, electrically powered (460 VAC, 3-phase, 60Hz), capable of 24/7 operation, weather-resistant (NEMA Type 4), and include automatic controls, alarms, indicators, and moisture separators. Units must be portable (container or skid) and comply with OSHA and ASME Boiler and Pressure Vessel Code.
- Regenerative Air Dryers: Two (2) units, each with a minimum capacity of 930 CFM at 125 psig, capable of providing a dew point of -65 degrees F. Must be self-contained, electrically powered (110/120 VAC, 1-phase, 60Hz), oil-free, 24/7 capable, heatless, non-refrigerated, twin tower design, weather-resistant (NEMA Type 4), and include automatic controls, alarms, and indicators. Units must be portable (container or skid) and comply with OSHA and ASME Boiler and Pressure Vessel Code.
- General Requirements: Equipment will be used outdoors and must include suitable lifting attachments. The contractor must provide operating instruction manuals, engineering drawings/sketches, and 24/7 on-call repair service.
Interface Requirements (Appendix A)
Bidders must ensure their equipment meets specific interface requirements for hook-up to NNSY's temporary service. This includes 2" Male NPT inlet/outlet connections and precise cabling and connector specifications based on voltage and amperage (e.g., 12/3 cable with 3MT20 plug for 110-120 VAC 20 Amp, 2/4 cable with male camlock twist connectors for 440 VAC 50-100 Amps).
Contract & Timeline
- Contract Type: Firm Fixed Price (for rental items)
- Period of Performance: Base period from June 15, 2026, to May 15, 2027, with two (2) six-month option periods.
- Estimated Value: Up to $40,000,000.00 (ceiling value).
- Set-Aside: Total Small Business Set-Aside (NAICS 532490, Size Standard 1350 employees).
- Quotations Due: May 8, 2026, at 09:00 AM Eastern.
- Questions Due: May 15, 2026, at 09:00 AM Eastern.
- Published Date: May 5, 2026.
Evaluation & Submission
Technical acceptability will be evaluated first, rated as "acceptable" or "unacceptable," followed by price. Award will be made to the responsible Offeror whose offer is most advantageous to the Government, considering Technical Capability, Past Performance, and Price. Quotations must be emailed in Adobe Acrobat .pdf format. Bidders must complete and submit the "Technical Capability/Contractor Responsibility Certification Statement" to certify compliance with all specifications.
Additional Notes
The solicitation includes numerous FAR and DFARS clauses. The government will provide operators and perform basic monitoring.