BackWash Recovery Pump
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 General Services Administration (GSA), Federal Acquisition Service, is soliciting quotes for a Backwash Recovery Pump for the U.S. Army Corps of Engineers (USACE) at the Washington Aqueduct in Washington, DC. This is a Firm Fixed Price (FFP) contract under a Total Small Business Set-Aside. Quotes are due by February 23, 2026, 10:00 AM ET.
Scope of Work
The requirement is for one (1) Backwash recovery pump, specifically Model # 2414 - 16" centrifugal pump - Vertical dry-pit solids handling pump, or an equivalent. All items must be Buy American Act (BAA) compliant. Delivery is required within 120 days after receipt of award.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 333996 - Fluid Power Pump and Motor Manufacturing
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Washington, DC
- Response Due: February 23, 2026, 10:00 AM ET
- Published: February 20, 2026
Submission & Evaluation
Quotes must be emailed to Dominic Lackey (dominic.lackey@gsa.gov) and Mutiba Raza (mutiba.raza@gsa.gov). Submissions must include a Cover Page, signed Section A, signed Amendments (if any), Volume 1 (Technical Submission), and Volume 2 (Price Submission).
Evaluation will be based on a best-value trade-off, where non-price factors (Technical Conformance and Delivery) are significantly more important than price. Technical Conformance is the most important factor, followed by Delivery. Offerors must also complete a Cyber-Supply Chain Risk Management (C-SCRM) Questionnaire, providing detailed information on vendor risk management, cybersecurity, and physical/personnel security practices, with supporting documentation for specific questions. Offerors must be deemed responsible, possessing adequate financial resources, ability to meet schedules, satisfactory performance history, integrity, and proper business ethics.
Additional Notes
Offerors are responsible for ensuring their SAM.gov account is active and accurate. GSA will not pay for costs incurred in preparing or submitting a response. The contract will incorporate various FAR and GSAR clauses and provisions.