Skip to content
Department of Defense

Process Vacuum Pump

Solicitation: C26-021
Notice ID: eab3b2a2ea3f480487a93c4fbd984020
TypePresolicitationNAICS 333912PSC4310DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOKPostedJan 23, 2026, 12:00 AM UTCDueJan 26, 2026, 04:00 PM UTCExpired

Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Jan 26, 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: C26-021. 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
$12,833,558
Sector total $24,146,592,831 • Share 0.1%
Live
Median
$71,552
P10–P90
$43,413$208,181
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)
+706%($9,999,551)
Deal sizing
$71,552 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 OK
Live POP
Place of performance
S Coffeyville, Oklahoma • 73145 United States
State: OK
Contracting office
Tinker Afb, OK • 73145-3303 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
OK20260049 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Oklahoma • Oklahoma
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
OK20260049 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Oklahoma
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+39 more occupation rates in this WD
Davis-Baconstate match
OK20260046 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Lincoln
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD
Davis-Baconstate match
OK20260045 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Grady
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD
Davis-Baconstate match
OK20260047 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Logan
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD

Point of Contact

Name
Shana Mandley
Email
shana.mandley@us.af.mil
Phone
Not available
Name
Sheridan Robison
Email
sheridan.robison@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE SUSTAINMENT CENTER • FA8125 AFSC PZIMA
Contracting Office Address
Tinker Afb, OK
73145-3303 USA

More in NAICS 333912

Description

76 CMXG is requesting the purchase of the following item(s).

1. The addition of an oil-lubricated rotary screw vacuum pump to the existing system, along with an integrated control panel to enable fully redundant operation between the two pumps.

2. The contractor shall provide a complete turnkey solution, including all materials, labor, site preparation, delivery, installation, and commissioning of a fully operable process vacuum system.

3. The requested equipment item descriptions/specifications are outlined below

1.  Vacuum Pump Specifications:

      a. Equipment:
        o Provide a new Quincy QSV-530 rotary screw vacuum pump or equivalent oil-seal screw pump that meets the following         requirements as a minimum.
       o Nominal capacity: 510 CFM.
       o Vacuum range: 18" HgV to 29.9" HgV.
      o Electrical requirements: 480V, 3-phase, 60 Hz.
      o Maximum dimensions: 51" length × 38" width × 44" height (to fit in designated space)
      o Drive system: Electric motor with Variable Speed technology, allowing automatic adjustment of motor speed based on process demand
     o Operating modes (minimum): Medium PI control loop, Slow PI control, Forced Maximum Speed, and Fixed Speed Control, or equivalent
    o Air/oil separation: Oil-separator tank with oil filter; airflow must be cleaned through the air/oil separator filter before discharge
    o Cooling system: Oil cooler
    o Condensate system: Designed to prevent condensate accumulation in the oil separator, extending oil life
    o Inlet valve: Located between the pump and tank; must automatically close during startup when the pump is not yet warmed up, or incorporate an equivalent design to prevent reverse operation
   o Cooling and enclosure: Air-cooled, enclosed in sound-insulated bodywork
   o Monitoring: Real-time trending of pump metrics over a customizable time period, including (at minimum) inlet pressure, motor speed, power consumption, and oil temperature, displayed in graphical format
  o Restart capability: Automatic restart when voltage is restored after a power failure
  o Noise level: Maximum 76 dB

b. Warranty:
   o Include a comprehensive 2-year warranty covering all parts and labor from the successful start-up date.
   o If contractor-performed periodic PM is required to maintain the warranty, all
   o associated service costs must be included in the turnkey package.

2..  Integrated Control System Requirements
     c. Control Features:
         o System must regulate vacuum supply based on real-time demand for optimal energy
efficiency.
       o Implement lead/lag sequencing: primary pump operates under standard
demand; secondary pump engages during scheduled downtime or when additional
capacity is needed.

d. PLC Controller:
     o Must support OPC UA (preferred) or BACnet protocol for transmitting
performance metrics, diagnostics, and alarms to Tinker AFB’s network.
    o Security protocols must comply with ISO 62443
    o Controller must support DHCP for IP address assignment or allow IP
reconfiguration via remote access or on-machine HMI
    o Enable secure wired remote access via Tinker’s intranet; requires RJ45 port into
control system

e. Automation Capabilities:
• Include full building automation functionalities such as:
     o Scheduling
     o Alarm notifications
     o Historical data logging
     o Energy management
     o Custom control routines
     o Tagging, templating, and hierarchical navigation

f. User Interface:
• Equip with an HTML-based touchscreen interface display:
    o Vacuum levels
    o Pump temperature
    o Operational status, power status, fault codes, last shutdown data
    o Elapsed and run hours
    o Audio/visual alarms for exceeding operating thresholds
• All operational health data available on the HMI should be included as data tags

g. Panel Construction:
• All components and wiring must be clearly labeled for ease of maintenance.
• Access to system settings must be secured with user profiles, login credentials, and password
protection.
• Incorporate a protected Emergency Stop push button to prevent accidental
engagement.

3. Project Execution Requirements
h. Installation & Commissioning:

       o Contractor to furnish all labor, equipment (pump, auxiliary components, piping,etc.), materials, and tools.
       o Conduct start-up procedures and full capacity testing to verify operational
readiness.
i. Documentation Deliverables:
• Provide information for PLC Controller:
      o Control System Type
      o Model, Make, Manufacturer
      o Protocol, and Communication port
      o MAC Address
      o OS/iOS/FW Version (if applicable)
      o Host Name
• Provide data tag documentation
     o The name or identifier for each data tag
     o A description of what each data tag represents. (A brief explanation of what the data measures)
     o The data type of each tag. (e.g., Integer, Float, Boolean, String)
     o The units of measurement, if applicable. (e.g., RPM, degrees Celsius, mm

     o The communication protocol (e.g., OPC UA, Modbus TCP, MTConnect,
     o proprietary API)
 Admin: Username/password
 Customer: Username/password (if required)
     o The update frequency or polling rate of each tag (if known)
     o Read-only or read-write status
     o Any supporting documentation or links describing tag usage.
• Provide comprehensive as-built documentation using industry standards:
     o Equipment drawings
     o Factory specifications
     o Catalog cut sheets for all ancillary items
     o Wiring schematics, logic diagrams, interconnect detailsComplete BOM (Bill of Materials)
     o O&M manuals, troubleshooting resources, PM schedules
• Submit both printed and digital formats. All drawings must be provided in .dxf or.dwg format.
Training:
    o Deliver on-site training for operators and maintenance staff.
    o Training must cover system operation and diagnostic interpretation for
preventive maintenance.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.