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) Mech, is soliciting proposals for the repair and modification of PUMP UNIT,CENTRIFUG under a Firm Fixed-Price contract. This opportunity is a Total Small Business Set-Aside and requires offerors to provide Repair Turnaround Time (RTAT) and adhere to specific quality and inspection standards. Proposals are due by March 23, 2026.
Scope of Work
This solicitation covers the repair and quality requirements for the PUMP UNIT,CENTRIFUG, specifically CAGE 53711, Reference Number 5773203-24. All repair work must meet operational and functional requirements, performed in accordance with the contractor's standard practices, manuals, and directives, including drawings and technical orders. Items must be marked per MIL-STD-130, REV N. Any changes in design, material, servicing, or part number require prior approval from the Procurement Contracting Officer (PCO), except for Code 1 changes.
Special requirements for Navy Standard Titanium Fire Pumps (NSTFP) repair sources include demonstrating proficiency in:
- Sufficient machines/tools for pump repair, including wear rings and impeller machining.
- Access to pump drawings and overhaul procedures.
- Availability of repair parts.
- Use of NAVSEA certified SIS subcontractors for motor repair (if specified).
- History of NSTFP or Mil-Spec centrifugal pump repair/manufacturing.
- Facility/equipment for hydrostatic and flow/head curve testing.
- A robust Quality Assurance system.
Contract & Timeline
- Type: Firm Fixed-Price Repair Purchase Order.
- Set-Aside: Total Small Business.
- Response Due: March 23, 2026, 8:00 PM ET.
- Published: February 20, 2026.
- Accelerated Delivery: Encouraged and accepted.
- Freight: FOB Origin, with transportation handled by the US Navy (ATAC program).
- Government Source Inspection (GSI): Required at the repair facility.
- Repair Turnaround Time (RTAT): Offerors must quote their RTAT. Failure to meet the required RTAT will incur price reductions.
- Payment: Wide Area Workflow (WAWF) for invoicing and receiving.
Submission Requirements
Quotes must include:
- Unit Price, Total Price, and proposed Repair Turnaround Time (RTAT).
- Explanation of capacity constraints if not meeting the Government's required RTAT.
- Details on the Testing and Evaluation (T&E) fee if an asset is determined Beyond Repair (BR) or Beyond Economical Repair (BER).
- Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.
- New unit price and delivery lead-time for comparison purposes.
- All pricing must be firm and encompass all costs for receipt and complete repair.
- Crucially, offerors must provide proof of being an authorized distributor of the original manufacturer's item on company letterhead.
- Proposals are to be submitted via electronic media.
Quality Assurance & Logistics
The contractor is responsible for all inspection requirements, performing inspection and testing according to original manufacturer's specifications and drawings. Records of inspection must be maintained for 365 days. DCMA will provide inspection and acceptance of all units prior to shipment. Commercial Asset Visibility (CAV) reporting is mandatory. If material is not received within 30 days of the contract date, the contractor must contact the cognizant Contract Specialist.
Contact Information
For inquiries, contact Joshua J. Eshleman at joshua.j.eshleman.civ@us.navy.mil or (717) 605-6055.