43--PUMP,RECIPROCATING, IN REPAIR/MODIFICATION OF

SOL #: N0010425RJB72Solicitation

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

No set aside specified

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Feb 9, 2026, 6:00 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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting proposals for the repair and modification of Reciprocating Pumps (PUMP,RECIPROCATING). This is a Firm-Fixed-Price contract, designated as a Total Small Business Set-Aside. The latest amendment extends the offer due date to February 9, 2026.

Scope of Work

This contract requires the repair and quality assurance for Reciprocating Pumps, identified under Product Service Code 4320 (Power And Hand Pumps). Key requirements include adherence to FMC standards and publications, with only sources authorized to repair on behalf of FMC being considered. The specific item is a Source Control Item, with NAVSEA Source Control Number 6777143 identifying FMC (CAGE 71454) Model Number M08-16-CN as the sole approved item. Repairs must meet operational and functional requirements represented by CAGE 53711, Ref. No. 531-6777143 REV G. Marking shall be in accordance with MIL-STD-130, REV N.

Key Requirements & Amendments

  • Quantity: The required quantity has been increased from 68 to 115 units.
  • Teardown & Evaluation (T&E) Pricing: Offerors must provide T&E pricing for units determined to be "Beyond Repair" (BR) with their proposal. If an item is BR, a reduced contract price (not-to-exceed) will be negotiated, requiring documentation of incurred costs and DCMA Quality Assurance concurrence.
  • Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered for award. Proof of authorization on company letterhead is required with the offer.
  • Clause Inclusion: FAR 52.215-6 has been included.

Contract & Timeline

  • Type: Firm-Fixed-Price
  • Set-Aside: Total Small Business
  • Quantity: 115 units
  • Offer Due Date: February 9, 2026, 6:00 PM UTC
  • Published Date: January 28, 2026 (latest amendment)

Submission & Contact

Proposals shall be submitted via NECO or email only. For inquiries, contact KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL or call 717-605-5665.

Additional Notes

The contractor is responsible for all inspection requirements and compliance, maintaining records for 365 days. Packaging must comply with MIL-STD 2073. Information on obtaining applicable documents (DODSSP, Commercial Specs, Ordnance Standards, etc.) is provided. Changes in design, material, or part number require Contracting Officer approval, with specific codes for different types of changes.

People

Points of Contact

KRISTEN.L.WARDECKER.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
View
View
View
View

Versions

Version 3
Solicitation
Posted: Feb 19, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 28, 2026
Version 1
Pre-Solicitation
Posted: Jan 28, 2026
View