This is a COMBINED SYNOPSIS/SOLICITATION for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation WILL be posted to SAM at https://sam.gov/
The RFQ number is N4215825Q0017. This solicitation documents incorporates provisions and clauses in effect through Federal Acquisition Circular and DFARS Change Notice. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of the clauses may be accessed at the following website: https://www.acquisition.gov/far/.
The NAICS CODE is 611430, PSC U006, and the Business Size Standard is 15,000,000.
The Government intends to sole-source a contract to Sauer Compressors USA under FAR 13.106-1(b)(1)(i) for comprehensive training of Norfolk Naval Shipyard personnel on the WP5000 High-Pressure Air Compressor (HPAC). Norfolk Naval currently employs Sauer WP5000 compressors across its naval vessels, and Sauer holds proprietary rights to all drawings and installation procedures related to this model, ensuring their exclusive Original Equipment Manufacturer (OEM) status under the existing agreement. The training will include both instructional and hands-on components covering installation, operation, troubleshooting, compressor theory—such as thermodynamics, compression cycles, and key components—and maintenance practices. Practical sessions will involve complete teardown and reassembly of the compressor to reinforce operational proficiency. Although interested parties may express interest and submit quotes, this announcement is not a request for competition, and the Government reserves the right to complete the requirement at its discretion.
The period of performance for this acquisition is anticipated to begin September 22, 2025, through October 3, 2025.
The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. Once available, the solicitation will be posted on BetaSAM, https://beta.sam.gov. The solicitation is expected to be available through September 3 , 2025, at 5:00 pm.
Solicitation N42158-25-Q-0017 and subsequent amendments will be posted to this website (beta.sam.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the Beta SAM website for solicitation amendments. The Government is not responsible for the inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at Beta SAM on the interested vendor list under N42158-25-Q-0017. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management to participate in this procurement at https://beta.sam.gov.
All responsible sources may submit a quotation, which shall be considered by the Government. By submitting a quotation, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the quotation. By submission of a quotation, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for the award. Offerors may obtain information on registration and annual confirmation requirements by calling 1- 866-606-8220, or via the Internet at https://beta.sam.gov.
All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Eugene Fenner, Contract Specialist at eugene.e.fenner.civ@us.navy.mi