Opportunity
SAM #N6833526Q1097
Quincy Compressor with Badger XE Package Procurement for NAWCAD Lakehurst
Buyer
NAWCAD
Posted
April 01, 2026
Respond By
April 16, 2026
Identifier
N6833526Q1097
NAICS
333912
This procurement opportunity is issued by the Naval Air Warfare Center Aircraft Division Lakehurst (NAWCAD LKE), under the Department of the Navy, for a specialized air compressor system. - Government Buyer: - Naval Air Warfare Center Aircraft Division Lakehurst (NAWCAD LKE), Department of the Navy - OEM Highlighted: - Quincy Compressor LLC (CAGE: 7CFQ5) - Vendors: - Quincy Compressor LLC and their authorized distributors - Products Requested: - Quincy Compressor with Badger XE (Extreme Environmental) Package - Part Number: QGV-40-150 - Quantity: 1 unit - Notable Requirements: - Only Quincy Compressor LLC or their authorized distributors may compete; offerors must provide proof of eligibility - All part numbers and items must match those listed in the CLIN Structure attachment - Delivery required to NAWCAD Lakehurst, NJ, within 10 weeks after order; early delivery is accepted at no extra cost - Compliance with NIST SP 800-171 and CMMC cybersecurity standards - Adherence to Section 889 telecommunications restrictions - Subject to various FAR and DFARS clauses - NAICS code: 333912 (Air and Gas Compressor Manufacturing) - Place of Performance: - Naval Air Warfare Center Aircraft Division Lakehurst, Route 547, Building 362, Lakehurst, NJ 08733
Description
Solicitation Notice: Quincy Compressor with Badger XE Package
The Naval Air Warfare Center – Aircraft Division, Lakehurst (NAWCAD LKE) intends to solicit, negotiate, and award a firm-fixed-price contract on a limited competition basis for Quincy Compressor with Badger XE (Extreme Environmental) Package, P/N QGV-40-150. This procurement supports the Prototype Manufacturing and Test Department.
Competition Details This limited competition will be between Quincy Compressor LLC (CAGE: 7CFQ5) and their authorized distributors using FAR Part 12 and FAR Part 13 procedures.
Delivery Information Delivery shall be FOB Destination (FAR 52.247-34). Early deliveries are acceptable at no additional cost to the Government. Anticipated delivery date: 10 Weeks After Receipt of Order (ARO).
Delivery Address: Naval Air Warfare Center Aircraft Division Lakehurst Route 547 Building 362 Lakehurst, NJ 08733
Eligibility This is strictly a limited competition between Quincy Compressor LLC and their authorized distributors. Offerors must provide substantiation of their status as Quincy Compressor LLC or as an authorized distributor to be eligible for award.
Solicitation Instructions This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Part 13, solicitation number N6833526Q1097. Solicitation documents and provisions are those in effect through Federal Acquisition Circular 2024-01. See Attachment 001 for the list of line items, quantities, and units of measure. The associated North American Industrial Classification System (NAICS) code for this procurement is 333912.
Evaluation Criteria The Government will award a contract to the responsible offeror whose offer is most advantageous considering price and other factors. Evaluation factors include: Offerors must provide all part numbers as per Attachment 001. Partial submissions will be deemed ineligible. Award will be made to the lowest price responsible offeror deemed eligible by providing an exact match of part numbers listed in Attachment 001 CLIN structure spreadsheet. The total evaluated price will be the sum of all CLINs for each part number listed. Prices will be evaluated for fairness and reasonableness.
Response and Proposal Submission The Government will consider all responses received within fifteen days after publication of this synopsis. The Government reserves the right to decide whether to open the requirement to competition based on responses. Offerors certify delivery according to the stated delivery date; earlier delivery at no additional charge is encouraged. Shipping must be Free on Board (FOB) destination CONUS. All shipping costs should be included in unit prices. Quotes must be valid until 20 May 2026.
Offeror Certifications By responding, offerors certify they meet the following requirements and can provide justification if requested: Adequate resources to perform the contract or ability to obtain them (FAR 9.104-3(a)). Necessary organization, experience, accounting and operational controls, and technical skills or ability to obtain them. Necessary production and technical equipment and facilities or ability to obtain them. Ability to comply with the required or proposed performance schedule considering all commitments.
Compliance and Regulations All deliverables must comply with FAR 52.219-14 Limitations on Subcontracting. The following regulations apply: FAR 52.204-24, FAR 52.204-27, and DFARS 252.225-7007.
Proposal Submission Details Please submit a Firm-Fixed-Price proposal pursuant to the terms and conditions of CSS N6833526Q1097 to this office on or before 09 April 2026, via email to: danielle.m.russo4.civ@us.navy.mil. For additional information, contact Danielle Russo at the same email address. If this is a commercial requirement as defined by FAR 2.101, the Commercial Item Checklist must be completed and submitted with the proposal.
Applicable Clauses and Laws DFARS Clause 252.211-7003 (Item Identification and Valuation) applies to end items with unit acquisition cost over $5,000. Section 889 of Public Law 115-232 prohibits contracting with entities using certain telecommunications equipment or services. DFARS Interim Rule 2019-D041 (effective 30 November 2020) requires assessment of contractor cybersecurity implementation per NIST SP 800-171 and CMMC framework. Requirements in Provision 252.204-7019, and Clauses 252.204-7020 and 252.204-7021 apply; a current NIST SP 800-171 DoD Assessment must be posted in the Supplier Performance Risk System (SPRS).
Contract Terms and Conditions FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. Additional provisions applicable prior to award include: FAR 52.204-7: System for Award Management FAR 52.240-90: Security Prohibitions and Exclusions Representations and Certifications FAR 52.209-7: Information Regarding Responsibility Matters FAR 52.225-18: Place of Manufacture The following clauses will be incorporated into the contract: FAR 52.203-3: Gratuities FAR 52.203-6: Restrictions On Subcontractor Sales To The Government (JUN 2020) -- Alternate I FAR 52.203-12: Limitation On Payments To Influence Certain Federal Transactions FAR 52.203-17: Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights FAR 52.204-13: System for Award Management Maintenance FAR 52.204-91: Contractor Identification FAR 52.212-4: Terms and Conditions — Commercial Products and Commercial Services FAR 52.223-5: Pollution Prevention and Right-to-Know Information FAR 52.225-8: Duty-Free Entry FAR 52.227-1: Authorization and Consent FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications FAR 52.229-3: Federal, State And Local Taxes FAR 52.232-39: Unenforceability of Unauthorized Obligations FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors FAR 52.240-91: Security Prohibitions and Exclusions FAR 52.240-93: Basic Safeguarding of Covered Contractor Information Systems FAR 52.242-13: Bankruptcy FAR 52.252-2: Clauses Incorporated By Reference DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7003: Agency Office of the Inspector General DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003: Control Of Government Personnel Work Product DFARS 252.204-7007: Alternate A, Annual Representations and Certifications DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.209-7004: Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism DFARS 252.211-7003: Item Unique Identification and Valuation DFARS 252.211-7008: Use of Government-Assigned Serial Numbers DFARS 252.215-7008: Only One Offer DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.217-7026: Identification of Sources of Supply DFARS 252.223-7008: Prohibition of Hexavalent Chromium DFARS 252.225-7001: Buy American And Balance Of Payments Program — Basic DFARS 252.225-7002: Qualifying Country Sources As Subcontractors DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies DFARS 252.225-7008: Restriction on Acquisition of Specialty Metals DFARS 252.225-7009: Restriction on Acquisition of Certain Articles Containing Specialty Metals DFARS 252.225-7012: Preference For Certain Domestic Commodities DFARS 252.225-7048: Export-Controlled Items DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006: Wide Area Workflow Payment Instructions DFARS 252.232-7010: Levies on Contract Payments DFARS 252.240-7998: Prohibition on the Procurement of Covered Semiconductor Products and Services from Companies Providing Covered Semiconductor Products and Services to Huawei — Representation DFARS 252.243-7001: Pricing Of Contract Modifications DFARS 252.243-7002: Requests for Equitable Adjustment DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services DFARS 252.246-7007: Contractor Counterfeit Electronic Part Detection and Avoidance System DFARS 252.246-7008: Sources of Electronic Parts
Proposal Format and Submission Proposals shall be submitted electronically. Any electronic spreadsheets must be Excel compatible with formulas and links active, including subcontracted work, submitted to this office.
Important Notes This CSS does not obligate the Government to award a contract or authorize work to commence and shall not serve as a basis for future claims against the Government. Offeror's SAM.gov entity registration must be active at proposal submission through award to receive an award. All questions should be addressed to Danielle Russo.
Attachments Attachment I: CLIN Structure Attachment II: Commercial Item Checklist