Service and Certify 2 Mako Brand SCBA Compressors
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 / NAVSUP FLT LOG CTR PUGET SOUND is soliciting proposals for the inspection, servicing, testing, and certification of two Mako Brand Self-Contained Breathing Apparatus (SCBA) Compressors. This is a Total Small Business Set-Aside for OEM MAKO's AUTHORIZED DISTRIBUTORS. The anticipated award date is April 3, 2026, with offers due by March 19, 2026, at 2:00 PM PST.
Scope of Work
This requirement involves the comprehensive inspection, service, testing, and certification of two Mako 9400E3MSC SCBA Compressors (Serial Numbers: 5406 E650, 5406 E653). The work supports the USNS Yukon (T-AO 202) and will be performed at the Contractor Facility. Tasks include:
- Visual inspection and verification of equipment integrity.
- Annual maintenance, including fluid changes, filter replacements, and belt inspections.
- A one-hour functional performance test to verify operation, alarms, and shutdowns.
- Drawing and submitting air samples for accredited laboratory testing to ensure breathing air quality meets specified requirements (e.g., Oxygen, CO, CO2, Water Content).
- Preparing units for long-term storage if applicable.
- Certifying SCBA Compressors as Ready for Issue upon completion.
Key Requirements
Offerors must be Original Equipment Manufacturer (OEM) MAKO's AUTHORIZED DISTRIBUTORS or OEM trained to repair the subject equipment, and must provide an authorization letter or documentation with their quotes. The work involves critical safety items requiring specialized knowledge and technical expertise. Reports and certificates related to the service, including air quality sample results, must be submitted electronically.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Period of Performance: Delivery is expected on or before August 1, 2026.
- Estimated Award Date: April 3, 2026.
Submission & Evaluation
- Offer Due Date: March 19, 2026, at 2:00 PM PST.
- Submission Method: Via email to the Contracting Official. Offerors must provide name, SAM registered CAGE code, email, phone, and company size.
- Questions Deadline: Two days prior to the closing date, submitted via email to James B. Fergus.
- Evaluation Factors: Technical (including delivery date), price, and past performance, with no order of relative importance. A single award for all items is anticipated.
- Notes: Offerors must be registered with SAM.gov and note any exceptions to the solicitation terms. Invoices will be submitted via WAWF. Vendors requiring base access must register with DBIDS.
Amendments & Clarifications
This solicitation has been amended twice. Amendment 0001 extended the due date and reminded offerors about OEM authorization. Amendment 0002 further extended the due date to March 19, 2026, and posted answers to vendor questions. Clarifications confirm that while verification of calibration dates and relief valve setpoints is required, actual calibration of gauges and relief valves is not.