TWO AIR COMPRESSORS AND RECEIVER TANK
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 (RFQ FA660626Q0008) for the procurement and installation of Two Air Compressors and One Air Receiver Tank at Westover Air Reserve Base, MA. This is a Total Small Business Set-Aside. The requirement has undergone significant updates, and all previous quotes are invalid. Quotes are due by 12:00 PM EDT on March 31, 2026.
Scope of Work
The vendor will provide and install two new air compressors and one air receiver tank, including associated equipment and services, for Hangar 7. This comprehensive project involves the removal of existing units, new piping, electrical work, system start-up, programming, and personnel training. The contractor is responsible for all work, equipment, materials, and disposal.
Key Requirements & Technical Specifications
- Air Compressors (2 units): Rotary Screw type, 30 HP, 107.5 CFM at 110 psig, low sound (69 dBA), TEFC motor, NEMA 4 enclosure, digital controller, with lead-lag configuration. Must include aftercoolers and moisture separators.
- Air Dryer (1 unit): Cycling Refrigerated type, sized for a maximum airflow of 214 CFM (for the entire two-compressor system), delivering 38°F dew point air. Must be a separate unit, not integrated.
- Air Filtration: General Purpose Filter (1 micron) before dryer, High-Efficiency Oil Removal Filter (0.01 micron) after dryer.
- Air Receiver Tank (1 unit): 400-gallon vertical, ASME safety standards, 200 psi working pressure, with safety valve and pressure gauge.
- Condensate Management System: Oil/Water Separator.
- Electrical System: Existing system is 240V, 3-phase, 4-wire DELTA, with 4AWG wiring.
- Piping: Copper, soldered connections required (pro-press not allowed).
- Warranty: Detailed warranty description, including duration and coverage, is mandatory for each item.
Contract Details & Submission
- Solicitation Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Firm-Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 333912 – Air and Gas Compressor Manufacturing (Size Standard: 1000 employees)
- Submission: Quotes must be emailed to rosalie.connelly.1@us.af.mil and robert.stacy.2@us.af.mil by 12:00 PM EDT, March 31, 2026, with "Solicitation FA660626Q0008" in the subject line.
- Required Information: Pricing, Company Name & Address, POC, Telephone, Email, CAGE Code, UEI Number, Business Size.
- Certifications: Vendors must complete and submit the attached "FA660626Q0008 Clause Set" PDF for provisions 52.204-24, 52.204-26, and 52.212-3, unless already completed on SAM.gov.
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical acceptability requires detailed information meeting or exceeding minimums in the "Updated Technical Requirements Air Compressors" and providing warranty information for each item. Failure to meet these technical requirements or provide warranty details may result in disqualification.
Important Notes & Updates
- RFI Due Date: Requests for Information (RFIs) were accepted until March 23, 2026. Answers to RFI#2 were posted on March 17, 2026.
- Site Visit: A site visit was held on February 18, 2026, and was strongly encouraged due to the project's complexity.
- Funding: Funds are not presently available, and no award will be made until funds are available. The Government reserves the right to cancel the solicitation.
- SAM/WAWF: Prospective awardees must have an active CAGE Code and be registered in SAM and WAWF for electronic invoicing.