Service Air Compressor Replacement
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 is soliciting quotes for the Service Air Compressor Replacement at AEDC Building 651, Arnold Air Force Base, TN. This requirement, a 100% Total Small Business Set-Aside, involves the procurement, demolition, installation, and commissioning of two (2) 50hp New Rotary Service Air Compressors. Quotes are due April 1, 2026, at 1:00 PM Central Time.
Scope of Work
The project's objective is to restore and improve service air capabilities by replacing existing compressors. Key requirements include:
- Procurement of two (2) 50hp New Rotary Service Air Compressors, each providing ≥ 220 CFM at 115 psig, including a desiccant dryer, tank, and filter/oil water separator.
- Demolition of two (2) existing service compressors (AEDC will handle disposal).
- Installation of the new compressors, ensuring they fit within the existing 15'6"x14'5" concrete pad.
- Vendor responsibility for providing a fully functional electrical interface to the 480V disconnect for each compressor.
- Installation of welded black iron piping for air discharge and pipe/fittings for condensate drains.
- Initial Start-Up, Operational Check-Out, and Commissioning by factory-trained technicians.
- Deliverables include a written report validating operation, performance/efficiency evaluation, basic operator training, and a detailed maintenance schedule.
- The Government requires Unlimited Data Rights to all technical data and reports. A Quality Control Plan (QCP) is also required.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) leading to a Purchase Order.
- Set-Aside: 100% Total Small Business (NAICS 333912, 1,000 employee size standard).
- Evaluation: Lowest Priced Technically Acceptable (LPTA).
- Delivery: All items and services required within 3 Months After Receipt of Order (ARO) to Arnold AFB.
- Key Clauses: The Buy American Act applies. Bidders must review updated FAR and DFARS clauses (Attachment 3 - Amended 20 Mar 26) covering electronic payments (WAWF), item unique identification (IUID), and cybersecurity requirements.
Submission & Key Dates
- Quote Due Date: April 1, 2026, at 1:00 PM Central Time.
- Virtual Information Exchange: The previously scheduled physical site visit is canceled. A virtual information exchange will be held (date TBD). To receive an invitation and connection details, email Company Name, Attendee Name(s), and Email Address to the POC by March 26, 2026, at 10:00 AM CST.
- Submission Requirements: Technical quote/solution, expected delivery date, statement confirming all-inclusive total quoted price, and a completed Pricing Worksheet (Attachment 2 - Updated). Quotes must be held firm for 30 calendar days.
- Contacts: Paytonne Szatkowski (paytonne.szatkowski@us.af.mil) and Brooke Vandeman (brooke.vandeman@us.af.mil).
Additional Notes
Vendors must be registered and have current status in SAM.gov. The installation area is indoors on the ground floor of the VKF Plant building, accessible via large roll-up doors. AEDC will provide a 40T overhead crane/forklift for installation support and is seeking suggestions to improve the existing condensation collection system.