This is a combined synopsis/solicitation for commercial services prepared in accordance with the format outlined in FAR Subpart 12.6 and 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.
Solicitation number W9124V-25-Q-A015 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03.
Montana Army National Guard (MTARNG)
Request For Quote (RFQ) for Compressor Air System & Four (4) Cylinders
- REQUIREMENT DESCRIPTION
The Montana Army National Guard (MTARNG) requires the procurement and the installation of a modern, hard-mounted cascade fill station with integrated or separate carbon monoxide and hydrogen sulfide subsystems within a facility at Fort Harrison, Montana. Four (4) 6000 PSI ASME tanks with a secure mounting stand are also required.
- INSTRUCTIONS TO QUOTERS
-
- BASIS FOR SELECTION: The Government intends to award a firm-fixed price contract that can provide the supplies/service that represents the best value to the government when evaluating price and other-than-price factors:
-
-
- Past performance: Per DFARS 213.106-2(b)(i) past performance will include data pulled from Supplier Performance Risk System (SPRS) located in the Procurement Integrated Enterprise Environment (PIEE) platform. Evaluation may also include information pulled from CPARS, FAPIIS, EDA, available government databases, and other sources.
-
-
- Warranty considerations – Quotes from vendors with warranties will be evaluated more favorably.
-
-
- Maintenance and Service availability & capabilities – availability to service the single location of delivery is desired.
-
-
- Delivery terms – Vendors with quicker shipment availability will be evaluated more favorably in addition to installing the equipment upon delivery.
-
-
- Technical Capability to meet ALL aspects of the requirement
-
- This is a 100% small business set aside under the North American Industry Classification System (NAICS) code 333912 – Air and Gas Compressor Manufacturing, size standard of 1,250 employees.
NOTE: If this NAICS is not listed as one of your organization’s codes in the System for Award Management (SAM) website, you will need to certify your business size for this NAICS (prior to award), via FAR Clause 52.212-3, Alternate I, Offeror Representations and Certifications--- Commercial Items Alternate I.”
-
- Quote shall include shipping with the installation and training to one location for the cascade compressor system at Fort Harrison, Montana.
Delivery location:
MTNG USPFO warehouse
1956 Mt. Majo Street
Fort Harrison, MT 59636
Installation location:
83rd CST (Civilian Support Team) Building 62
Fort Harrison, MT 59636
-
- Invoicing shall be through WAWF at https://piee.eb.mil and payment will be Electronic Funds Transfer (EFT) from Defense Finance and Accounting Service (DFAS).
- Prior to Contract award that business shall be registered in System for Award Management (SAM) website http://www.sam.gov. Registration is free and assistance can be provided by the Montana Procurement Technical Centers (PTAC), http://www.montanaptac.org. All applicable FAR, DFARS & AFARS clauses and provisions apply to this RFQ. If SAM registration is not in progress or sufficient progress is made in a timely manner, the business may be deemed technically not acceptable for contract award.
- Quoters shall submit an itemized quote with images, item descriptions, warranty information, service capabilities and individual pricing for all. Quoters shall ensure all specifications listed below are addressed in their quote.
- Provide the following information on your quote:
- Point of contact information
- SAM.gov UEI# and CAGE number
- GSA Contract # (if applicable)
- Place of manufacturing
- Delivery time after award
- Business size, and socio-economic status
- A detailed, comprehensive description of each line item of equipment
2.9 Questions shall be submitted no later than 10am MST on August 15th, 2025; responses will be posted following the due date as an ammendment to this solicitation. Quotes for the solicitation shall be received no later than 10am MST on August 22th, 2025. Questions and quotes are to be emailed to both john.e.gottsch.civ@army.mil and eric.s.bailey.civ@army.mil.
- EQUIPMENT SPECIFICATIONS
3.1 System Requirements
- System must be a complete, preassembled, and tested breathing air compressor and cascade
fill station package
- Must include high-pressure compressor, electric motor, air purification system, and all
operational controls
- Compressor must be oil-lubricated, four-stage, air-cooled, and designed for continuous duty
- Must operate on three-phase 208 VAC/60 Hz power
- Must deliver a minimum of 13 SCFM at 6000 PSI
- Operating RPM must not exceed 1500
- Fill station must be capable of filling at least two SCBA bottles simultaneously
- Must include integrated or separate carbon monoxide and hydrogen sulfide monitoring
that includes a calibration kit for compressors
- All high-pressure plumbing must be seamless stainless steel rated for 6000 PSI
- Compressor cabinet must not exceed 71”H x 35”W x 56”L
- Fill station cabinet must not exceed 55”H x 23”W x 32”L
- Noise level must not exceed 72 dB at one meter
- System must have front-facing ergonomic control panel with grouped, clearly labeled
functions
- Must include an ambient cooling system with top discharge
- System must include four (4) 6000 PSI ASME tanks with a secure mounting stand
- Control circuit must use 12VDC housed within a NEMA enclosure
3.2 License and Warranty Requirements
- System must include a standard manufacturer warranty of preferably 10 years
- Fill bank tanks must be ASME-rated 6000 PSI and not require annual hydrostatic testing
Manufacturer must be a UL 508A certified NRTL (Nationally Recognized Testing
Laboratory)
- Electrical components must carry UL, NEMA, or IEC approvals
- System must comply with current NFPA, CGA, OSHA, and applicable local/state electrical
Codes
- System must meet CGA air quality standards for SCBA and SCUBA cylinder filling
3.3 Location and Mounting Requirements
- Fill station must be hard-mounted indoors at the 83rd CST facility, Building 62, Fort
Harrison, Montana
NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.
Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.
To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:
National Guard Bureau
Office of the Director of Acquisitions/ Head of Contracting Activity
ATTN: NGB-AQ-O
111 S. George Mason Dr.
Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.
NG Public-facing, general Protest information is found at: https://www.nationalguard.mil/Leadership/Joint-Staff/Special-Staff/Director-of-Acquisitions/
Directorate of Acquisitions information for the contracting enterprise is found at
https://gko.portal.ng.mil/ngb/STAFF/D01/D01/OI/Protests%20and%20Complaints/Forms/AllItems.aspx