Skip to content
Department of Defense

628 LRS 3-Stage Vacuum Compressor Assembly For 2018 Freightliner VAC-CON Versatile Sewer Maintenance Vehicle

Solicitation: 628CONS0047SourcesSought
Notice ID: 8c9b3e5544bb4f299ef2b82d56c2a3fd
TypeSources SoughtNAICS 423830PSC4140DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateSCPostedApr 09, 2026, 12:00 AM UTCDueApr 13, 2026, 05:00 PM UTCCloses in 4 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: SC. Response deadline: Apr 13, 2026. Industry: NAICS 423830 • PSC 4140.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: 628CONS0047SOURCESSOUGHT. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$7,205,695,420
Sector total $7,205,695,420 • Share 100.0%
Live
Median
$96,720
P10–P90
$28,298$2,037,759
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,205,695,420)
Deal sizing
$96,720 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for SC
Live POP
Place of performance
Charleston AFB, South Carolina • 29404 United States
State: SC
Contracting office
Joint Base Charleston, SC • 29404-5021 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
SC20260027 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026South Carolina • Kershaw
Rate
ELECTRICIAN
Base $32.80Fringe $13.99
Rate
PIPEFITTER
Base $36.00Fringe $14.19
+20 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 20 more rate previews.
Davis-BaconBest fitstate match
SC20260027 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Kershaw
Rate
ELECTRICIAN
Base $32.80Fringe $13.99
Rate
PIPEFITTER
Base $36.00Fringe $14.19
Rate
BRICKLAYER
Base $18.00Fringe $0.00
+19 more occupation rates in this WD
Davis-Baconstate match
SC20260004 (Rev 1)
Open WD
Published Jan 30, 2026South Carolina • Abbeville, Aiken, Allendale +43
Rate
CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+17 more occupation rates in this WD
Davis-Baconstate match
SC20260008 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Beaufort
Rate
ELEVATOR MECHANIC
Base $52.08Fringe $38.43
Rate
CARPENTER, Includes Form Work
Base $15.96Fringe $0.00
Rate
ELECTRICIAN
Base $18.33Fringe $0.00
+8 more occupation rates in this WD
Davis-Baconstate match
SC20260043 (Rev 0)
Open WD
Published Jan 02, 2026South Carolina • Horry
Rate
IRONWORKER, STRUCTURAL
Base $29.75Fringe $18.00
Rate
CARPENTER, Includes Form Work
Base $14.85Fringe $0.00
Rate
LABORER: Common or General
Base $11.56Fringe $2.53
+5 more occupation rates in this WD

Point of Contact

Name
Nicole Alvarez
Email
nicole.alvarez.1@us.af.mil
Phone
Not available
Name
Morgan Hart
Email
morgan.hart.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR MOBILITY COMMAND
Office
FA4418 628 CONS PK
Contracting Office Address
Joint Base Charleston, SC
29404-5021 USA

More in NAICS 423830

Description

THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATIONAL PURPOSES ONLY. THE AIR FORCE IS CONDUCTING MARKET RESEARCH AND DESIRES INPUT FROM INDUSTRY TO ASSIST IN REQUIREMENT PLANNING. THE INFORMATION REQUESTED BY THIS SYNOPSIS WILL BE USED WITHIN THE AIR FORCE TO FACILITATE THE DECISION-MAKING PROCESS AND WILL NOT BE DISCLOSED OUTSIDE THE AGENCY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS RELATIVE TO NAICS 423830 INDUSTRIAL MACHINERY AND EQUIPMENT MERCHANT WHOLESALERS. THE ASSOCIATED SMALL BUSINESS SIZE STANDARD IS 100 EMPLOYEES.

DESCRIPTION OF REQUIREMENT

The 628th Contracting Squadron at Joint Base Charleston (JB CHS) is conducting market research requesting capability statements from potential sources that can provide (1) VAC-CON 3-Stage Blower (Vacuum Compressor) Assembly Original Equipment Manufacturer (OEM) part OR EQUAL to OEM part number 711-14516S3 to repair a 2018 Freightliner VAC-CON Versatile Sewer Maintenance Vehicle (AF18L00399) for the 628th Logistics Readiness Squadron (LRS) Vehicle Management Flight. The OEM part is proprietary to this vehicle. This is Brand Name or Equal (VAC-CON). See Attach_VACUUM COMPRESSOR ASSEMBLY_001 for Technical Order Figure. 

The blower assembly must be new, unused, and fully assembled at the time of shipment so that when it is delivered it is ready for installation with no additional fabrication, modification, or assembly required. The 3-Stage blower assembly must be engineered specifically for compatibility with VAC-CON vacuum truck systems requiring part number 711-14516S3 OR EQUAL. Must meet all original manuafacturer performance specifications for airflow, pressure, and operational efficiency. The unit must include all OEM-specified OR EQUAL (a) Housing and blower stages, (b) Internal components, seals and bearings, and (c) mounting points and hardward as normally supplied with the assembly. Must be manufactured to VAC-CON's original engineering standards for dimensional tolerances, material composition, structural integrity, and operational safety. 

Contractor shall provide the standard OEM warranty OR EQUAL for the blower assembly; documentation must be included with the shipment or provided electronically. Standard warranty must cover defects in material and workmanship. 

Assembly must be professionally packaged to prevent damage during transport via FOB Destination Contractor must certify that the part is new, not remanufactured, refurbished, or aftermarket.

INSTRUCTIONS FOR INTERESTED VENDORS

Interested contractors shall complete attachment "Attach_Contrator ResponseForm002" along with their capability statement/information to include commercial standard, practices, and processes in areas such as metric/measurements, and quality control/assurance as well as their status as an authorized provider of the OEM part or equivalent.


Responses will assist the government in determining whether to set-aside or restrict competition. All firms responding to this source’s sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be posted at https://www.sam.gov where all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation.


CAPABILITIES STATEMENT: All interested vendors shall submit a response demonstrating their capability statement that explicitly demonstrates their capability to provide the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement by providing past performance documentation specifically related to the 3-Stage Blower Assembly and that the 423830 NAICS code in which your firm can support.


Any information submitted by respondents to this Sources Sought is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government’s assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as full and open competition or as a set-aside for small business, or any small business program.

All correspondence sent via email shall contain a subject line that reads "628CONS0047SourcesSought". Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf type files are included in your submittal.


Direct all questions concerning this requirement in writing to the email addresses listed in this notice.


NOTE: IF YOU DO NOT INTEND TO SUBMIT AN OFFER FOR THIS REQUIREMENT WHEN/IF IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT NOTICE.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.