43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVSUP Weapon Systems Support (WSS), is soliciting proposals for the repair and modification of PUMP UNIT, CENTRIFUG (NSN: 4320012274925). This is a Total Small Business Set-Aside opportunity, seeking a single Firm Fixed-Price (FFP) award. The Government requires a Repair Turnaround Time (RTAT) of 325 days, with penalties for non-compliance. Proposals are due by March 30, 2026.
Scope of Work
This solicitation is for the repair of the PUMP UNIT, CENTRIFUG. Contractors must verify nomenclature, part number, and NSN prior to responding. Repair work must adhere to the contractor's standard practices, manuals, drawings, technical orders, and approved repair standards. Specific requirements for Navy Standard Titanium Fire Pumps (NSTFP) include demonstrating proficiency in repair capabilities, access to drawings and parts, NAVSEA certification for sealed insulation systems (SIS) if applicable, and facility/equipment for hydrostatic and flow/head curve testing. Items must be marked in accordance with MIL-STD-130, REV N.
Contract & Timeline
- Type: Firm Fixed-Price (FFP) for repair, bilateral award.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: March 30, 2026, 21:00 UTC.
- Published: March 4, 2026.
- Repair Turnaround Time (RTAT): Required 325 days, measured from asset return to acceptance. Price reductions apply for failure to meet RTAT.
- Beyond Repair (BR/BER): A T&E fee will be negotiated if an item is determined BR.
- Freight: FOB Origin. Government Source Inspection (GSI) is required.
Evaluation Criteria
Award will be made to the eligible, responsible, and technically acceptable contractor whose offer provides the overall best value to the Government. The evaluation prioritizes non-price factors (Prior Experience and Technical Approach) over price, and Past Performance over price. Proposals must be determined "Acceptable" in all non-price factors to be eligible for award.
- Prior Experience: Assessed on background, experience repairing NSN: 4320012274925, and qualifications.
- Technical Approach: Evaluated on organization, staffing, management, and understanding of requirements.
- Past Performance: Evaluated using the DoD Supplier Performance Risk System (SPRS). Offerors lacking relevant history will receive a neutral rating.
Proposals must be submitted in two volumes: Volume I (Non-Price) and Volume II (Price). The Government reserves the right to award without discussions.
Additional Notes
Accelerated delivery is encouraged. Offerors must be authorized distributors of the original manufacturer's item and provide proof. Quotes must include Unit Price, Total Price, RTAT, T&E fee, and new unit price/delivery lead-time for comparison. If a Basic Ordering Agreement (BOA) exists, its terms apply.