Skip to content
Department of Defense

TWO AIR COMPRESSORS AND RECEIVER TANK

Solicitation: FA660626Q0008
Notice ID: d2fbbd46bb0643709404c63af5c8a7f7

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: MA. Response deadline: Mar 31, 2026. Industry: NAICS 333912 • PSC 4310.

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: FA660626Q0008. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 333912 (last 12 months), benchmarked to sector 33.

12-month awarded value
$12,918,864
Sector total $25,125,909,940 • Share 0.1%
Live
Median
$53,768
P10–P90
$37,414$199,036
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+712%($10,084,858)
Deal sizing
$53,768 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 MA
Live POP
Place of performance
Chicopee, Massachusetts • 01022 United States
State: MA
Contracting office
Westover Afb, MA • 01022-1508 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MA20260001 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Massachusetts • Barnstable, Bristol, Dukes +5
Rate
Insulator/asbestos worker Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems (ZONE A)
Base $55.45Fringe $36.63
Rate
ZONE B)
Base $55.45Fringe $36.63
+97 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 97 more rate previews.
Davis-BaconBest fitstate match
MA20260001 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Barnstable, Bristol, Dukes +5
Rate
Insulator/asbestos worker Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems (ZONE A)
Base $55.45Fringe $36.63
Rate
ZONE B)
Base $55.45Fringe $36.63
Rate
ATERIAL HANDLER (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems whether they contain asbestos or not)
Base $55.45Fringe $36.63
+96 more occupation rates in this WD
Davis-Baconstate match
MA20260010 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Berkshire, Franklin, Hampden +1
Rate
BOILERMAKER
Base $50.62Fringe $28.82
Rate
BRICKLAYER BRICKLAYERS; CEMENT MASONS; PLASTERERS; STONE MASONS; MARBLE, TILE & TERRAZZO WORKERS
Base $50.81Fringe $32.27
Rate
DIVER TENDER
Base $61.70Fringe $35.47
+63 more occupation rates in this WD
Davis-Baconstate match
MA20260004 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Barnstable, Berkshire, Bristol +8
Rate
Bricklayer, Plasterer, Stonemason
Base $62.40Fringe $34.40
Rate
Bricklayer, Plasterers, Stonemasons, Tile Layers
Base $50.81Fringe $32.27
Rate
BRICKLAYER
Base $62.40Fringe $34.40
+43 more occupation rates in this WD
Davis-Baconstate match
MA20260007 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Franklin
Rate
CARPENTER
Base $43.33Fringe $27.82
Rate
Power equipment operators: (1) Backhoe/Excavator/Trackhoe
Base $42.88Fringe $31.04
Rate
A (1) Loader
Base $42.88Fringe $31.04
+8 more occupation rates in this WD

Point of Contact

Name
Rosalie M. Connelly
Email
rosalie.connelly.1@us.af.mil
Phone
Not available
Name
Robert E. Stacy
Email
robert.stacy.2@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE RESERVE COMMAND
Office
FA6606 439 CONF PK
Contracting Office Address
Westover Afb, MA
01022-1508 USA

More in NAICS 333912

Description

16 March 2026: NOTIFICATION TO CHANGES WITH THE REQUIREMENT: New attachments can be found below for Updated Technical Requirements Air Compressors; RFI and Answers hangar 7 Air Compressors, Photos of Existing System, and Hangar 7 Compressor M1Drawing of the system.  ALL quotes received before 16 March 2026 will NOT be considered as the requirement has been updated. You may resubmit your quotes with updated information. RFIs will be accepted until 23 March 2026.

26 FEBRUARY 2026: RFQ UPDATED DUE DATES: RFI due date has changed from 03 March 2026 to 20 March 2026; Quote due date has changed from 10 March 2026 to 31 March 2026.  Updates to the requirement and answers to the RFIs will be posted on or after 06 March 2026. Please refrain from submitting quotes until the new information has been posted.

Attendance at the Site Visit scheduled for Wednesday, 18 February 2026 at 0900am EDT is strongly encouraged.  This is a complex project which requires you to have a full understanding of what is needed in order to submit a Technically Acceptable Quote. Please monitor this SAM.gov notice for any potential changes to the site visit date/time.

Anyone interested in attending this site visit must notify Westover of all names of individuals attending the visit via email to the Contracting Officer Rosalie Connelly (rosalie.connelly.1@us.af.mil). Upon receipt of name(s), the Contracting Officer will provide further instructions on obtaining base access.
All base visitors MUST PRESENT a REAL ID-COMPLIANT IDENTIFICATION CARD OR APPROVED ALTERNATIVE DOCUMENTS. This change aligns with federal regulations and enhances base security. Entrance can be denied without proper identification.
THE INFORMATION LISTED ABOVE IS SUBJECT TO CHANGE AND ADDITIONAL INSTRUCTIONS COULD BE IMPOSED WITHOUT PRIOR NOTIFICATION.

(i)    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested, and a written solicitation will not be issued.

(ii)    Solicitation number FA660626Q0008, is hereby issued as a Request for Quotes (RFQ) for TWO AIR COMPRESSORS AND ONE AIR RECEIVER TANK.  A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing RFO FAR Part 12, Acquisition of Commercial Products and Commercial Services.

(iii)    This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-06 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20251110, and Defense Air Force Federal Acquisition Regulation Supplement (DAFFARS) Publication Notice 20241016. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/.

(iv)    This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with RFO FAR 19. The North American Industry Classification System Code (NAICS) is 333912 – Air and Gas Compressor Manufacturing; Small Business Size Standard is 1000 employees.

(v)   For Price and Technical Acceptability, the Vendor MUST provide:

a.  Unit & total price per CLIN as outlined in the attachment "Solicitation CLIN Schedule Air Compressors and Receiver Tank (attached)

b. Physical characteristics of all equipment (can include picture) IAW “Updated Technical Requirements Air Compressors” (attached)

c. Warranty description including duration and coverage

(vi)   Description of Requirement: The vendor will provide a quote IAW “Updated Technical Requirements Air Compressors ” (attached) 

(vii)    Acceptance and Delivery is FOB destination: 439 MXG/CC, 350 Hangar Avenue, Westover ARB, MA 01022-1537 United States

(viii)   Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.

Quotes must include the following information: Pricing, Company Name & Address, Point of Contact, Telephone, Email, Cage Code, UEI Number, and Business Size.

Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, “FA660626Q0008 Clause Set” and submitting it with their Quote.

Vendor Solicitation amendments, if any, need to be acknowledged.

(ix)    Provision 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. This requirement will be awarded based on Lowest Price Technically Acceptable (LPTA).

Price - Total evaluated price will be used and calculated by determining the sum of all CLINS.  

Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis IAW “Updated Requirements Air Compressors” (attached). To receive an acceptable rating the vendor’s Quote must include detailed information regarding all aspects that meet or exceed the minimums set forth IAW “Updated REquirements Air Compressors” (attached).   Additionally, the vendor must provide warranty information for each item, including duration and coverage. Failure to meet and describe all minimums of Salient Features, and to provide warranty information, may result in disqualification.

(x)    Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Products and Commercial Services, by filling in the appropriate fields in attached PDF titled, “FA660626Q0008 Clause Set” and submitting with your Quote.

(xi)    Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to this acquisition.

(xii)    Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. 

(xiii)    IAW FAR 52.204-16 Commercial and Government Entity Code Reporting, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered in Wide Area WorkFlow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via Electronic Funds Transfer (EFT) for supplies or services rendered.

(xiv)    Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition.

(xv)    Quotes must be submitted via email no later than (NLT) 12:00 PM EDT Tuesday 10 March 2026 to rosalie.connelly.1@us.af.mil & robert.stacy.2@us.af.mil with "Solicitation FA660626Q0008 " in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 12:00 PM EDT Tuesday 03 March 2026.

(xvi)    Questions concerning this solicitation should be directed to rosalie.connelly.1@us.af.mil & robert.stacy.2@us.af.mil. Ensure to include the solicitation number “FA660626Q0008” in the subject line.

(xvii)    Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

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.