43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF

SOL #: N0010426RLA88Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Measuring (333914)

PSC

Power And Hand Pumps (4320)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 30, 2026, 9:00 PM

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) MECH, 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 award for a Firm Fixed-Price (FFP) contract. The Government aims for a Repair Turnaround Time (RTAT) of 325 days. Proposals are due by March 30, 2026.

Scope of Work

This solicitation is for the repair of PUMP UNIT,CENTRIFUG, requiring contractors to meet operational and functional requirements. All repair work must adhere to the contractor's standard practices, manuals, and approved technical procedures, including drawings and technical orders. Key requirements for repair facilities include:

  • Sufficient machines/tools for pump repair, including wear rings and impellers.
  • Access to pump drawings and overhaul procedures.
  • Availability of repair parts.
  • NAVSEA certification for sealed insulation systems (SIS) if subcontractors are used for motor repair (MIL-M-17060).
  • Proficiency and history in repairing or manufacturing Navy Standard Titanium Fire Pumps (NSTFPs) or other Mil-Spec centrifugal pumps.
  • Facilities for hydrostatic testing and flow/head curve performance testing.
  • A robust Quality Assurance system, including calibration of test equipment. Government Source Inspection (GSI) is required at the repair facility. Accelerated delivery is encouraged.

Contract & Timeline

  • Type: Firm Fixed-Price (FFP) contract for repair.
  • Set-Aside: Total Small Business.
  • Proposal Due: March 30, 2026, 21:00 UTC.
  • Published: March 3, 2026.
  • Repair Turnaround Time (RTAT): Government seeks 325 days. Failure to meet RTAT will result in price reductions.
  • Payment: Wide Area Workflow (WAWF) payment instructions apply.
  • Award: Bilateral award requiring contractor's written acceptance.

Submission Requirements

Offerors must submit proposals via NECO or email in two separate volumes:

  • Volume I (Non-Price Proposal): Address Previous Experience and Technical Approach. Exclude price information.
  • Volume II (Price Proposal): Include completed solicitation documents and a detailed price schedule. This volume must support the Non-Price proposal. Verify nomenclature, part number, and NSN prior to responding. Only authorized distributors of the original manufacturer's item will be considered. Alternate proposals are not authorized, and objections to terms will render proposals unacceptable.

Evaluation Criteria

The Government intends to make a single award based on the overall best value, with Past Performance being more important than price, and Non-Price factors (Prior Experience, Technical Approach) also more important than price.

  • Past Performance: Evaluated using DoD Supplier Performance Risk System (SPRS) data. Offerors lacking relevant history will receive a neutral rating.
  • Non-Price Factors (descending order of importance):
    1. Prior Experience: Assessed on background, experience repairing NSN: 4320012274925, and qualifications.
    2. Technical Approach: Evaluated on organization, staffing, management, and understanding of requirements.
  • Price: Secondary factor. The Government reserves the right to award to other than the lowest-priced offer. An unacceptable rating in any non-price factor will render a proposal ineligible.

Additional Notes

If your company holds a Basic Ordering Agreement (BOA), its terms and conditions will apply. A fee for Testing and Evaluation (T&E) will be negotiated if an asset is determined Beyond Repair (BR/BER).

People

Points of Contact

JOSEPH.D.WEAVER22.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 4
Solicitation
Posted: Mar 4, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 3, 2026
Version 2
Solicitation
Posted: Mar 3, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 5, 2026
View