Opportunity
SAM #70Z08526Q0024144
USCG Solicitation for Atlas Copco Oil-Free Air Compressor Systems and Components
Buyer
USCG Surface Forces Logistics Center Procurement Branch 2
Posted
May 13, 2026
Respond By
May 19, 2026
Identifier
70Z08526Q0024144
NAICS
333912
The U.S. Coast Guard Surface Forces Logistics Center (SFLC) is seeking Atlas Copco oil-free air compressor systems and components to support WMSL Class Cutters and radar support equipment. - Government Buyer: - U.S. Coast Guard (SFLC Procurement Branch 2) - OEM and Vendor Requirements: - All products must be Atlas Copco OEM; no substitutes, aftermarket, refurbished, or remanufactured items accepted - All compressors must be pre-wired for 460 VAC operation - Products and Quantities Requested: - 6 Atlas Copco SF6+P 7.5 HP Oil-Free Scroll Air Compressors (P/N 8153611358) - 6 Atlas Copco CD+10 21.5 SCFM @ 100 PSI Heatless Regenerative Desiccant Air Dryers (P/N 8102368843) - 3 Atlas Copco LH 120200 120 Gallon Receivers (P/N A10033) - 6 Atlas Copco Electronic Water Drain Valves (P/N 8102048012) - 3 Atlas Copco Gauge Kits for Receiver (P/N 1280585377) - 6 Atlas Copco Kit PDP Sensor CD5-30+ (P/N 8092266823) - Notable Requirements: - Total small business set-aside under NAICS 333912 - Technical acceptability and past performance are key evaluation criteria; lowest-priced technically acceptable offer will be selected - Delivery Locations: - U.S. Coast Guard Base Alameda, CA - U.S. Coast Guard North Charleston, SC - All items must be delivered within 24 weeks after contract award
Description
The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this combined synopsis/solicitation on behalf of the Surface Forces Logistics Center (SFLC) to award a firm-fixed-price contract for the supplies described below. This announcement constitutes the only solicitation.
This requirement consists of providing Atlas Copco oil-free low-pressure air compressor systems and associated components in support of 418-foot National Security Cutter (WMSL) vital air systems and AN/SPQ-9B radar support equipment. The supplies include, but are not limited to, oil-free scroll compressors, regenerative desiccant air dryers, air receivers, electronic drain valves, and associated instrumentation/sensor kits. The Government will require delivery to U.S. Coast Guard Base Alameda, Alameda, CA, and U.S. Coast Guard facilities in North Charleston, SC.
The required delivery date is 24 weeks after date of contract award.
This acquisition is a total small business set-aside under NAICS code 333912, with a corresponding small business size standard of 1,000 employees. The applicable Product Service Code (PSC) is 4310.
The Government will award to the responsible offeror whose offer represents the lowest-priced technically acceptable (LPTA) offer to the Government. Non-price factors include technical acceptability and past performance. Technical acceptability and past performance will be evaluated on an acceptable/unacceptable basis. Among offers rated acceptable for all non-price factors, award will be made to the offeror with the lowest evaluated price.
The Government requires original equipment manufacturer (OEM) Atlas Copco parts. Aftermarket, refurbished, remanufactured, or “equivalent” items are not acceptable. Fit, form, and function equivalency will not be considered in lieu of Atlas Copco OEM parts. Offered compressors shall be pre‑wired for 460 VAC operation, and offerors shall ensure and confirm that no additional costs will be incurred to achieve this configuration.
The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. Past performance will be used to determine whether the offeror has an acceptable record of performance on supplies of similar type and complexity. The Government will not evaluate the absence of relevant past performance favorably or unfavorably.
Offerors shall identify any subcontractors proposed to perform major or critical aspects of the requirement, including but not limited to manufacturing, sourcing, assembly, or fulfillment of the supplies. For each such subcontractor, the offeror shall provide the subcontractor’s name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed supplies. The Government will evaluate qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror’s ability to successfully perform the requirement.
Offerors are encouraged to submit sufficient descriptive information to demonstrate that the offered supplies meet the requirements of the solicitation. This may include product descriptions, specifications, Atlas Copco part numbers, manufacturer documentation, and evidence that compressors will be delivered pre‑wired for 460 VAC, or other documentation necessary to establish technical acceptability.
Offerors are responsible for ensuring that the supplies offered are correct, complete, and compatible with the Government’s requirements. The Government may consider the offeror’s demonstrated understanding of the supplies and ability to reliably source and deliver the required Atlas Copco OEM items as part of the evaluation of technical acceptability and past performance. Failure to provide correct supplies or inability to fulfill the requirement after award may render the offeror ineligible for award or subject to termination.
Submit offers electronically via email to the points of contact identified in this notice. The Government does not prescribe a specific quotation format. Offerors must submit a quotation that clearly identifies the supplies offered and demonstrates compliance with the stated requirements. Submissions must be complete, clear, and presented in a format that allows effective evaluation by the Government.
Submit offers on a firm-fixed-price basis. Prices must be all-inclusive and must cover all costs associated with providing the supplies, including but not limited to manufacturing, packaging, handling, transportation, duties, tariffs, fees, and any other costs. The Government may consider offers nonresponsive if they include conditional pricing, price escalation language, or statements indicating that prices are subject to adjustment based on future costs or fees. This will be a firm-fixed-price contract.
The Government intends to evaluate offers and make award without discussions; therefore, offerors should submit their best offer with initial submission.
Submit all questions via email to the points of contact identified in this notice. The Government will not accept telephone inquiries.