CENTRIFUGAL BOOST PUMP ASSY
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 United States Coast Guard Surface Forces Logistics Center (SFLC) is soliciting quotations for Centrifugal Boost Pump Assemblies (P/N: 70-0027, NSN: 4320-01-547-3986) under a Total Small Business Set-Aside. This is a combined synopsis/solicitation for commercial items, with award intended on an all-or-none, Lowest Price Technically Acceptable (LPTA) basis, resulting in a Firm Fixed Price contract. Quotations are due by March 05, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for ten (10) Centrifugal Boost Pump Assemblies, specifically the AMPCO KC2 model, 1-1/4" NPT suction, 1" NPT discharge, 5-1/2" diameter impeller, with a Viton mechanical seal for saltwater applications. The pump must be 2 HP, 440V / 3PH / 60HZ, 3450 RPM. The manufacturer is PARKER HANNIFIN CORP., P/N: 70-0027. Critical requirements include:
- Viton seal for saltwater applications (must be explicitly requested).
- Specific packaging: Each item must be individually preserved and packaged in accordance with MIL-STD-2073-1E Method 10, using an appropriately sized ASTM-D6251 Type III, Class 1 wood-cleated panel-board shipping box, ASTM-D6880 Class 2 heavy-duty screwed wooden box, or ASTM-D5118 heavy-duty double-wall fiberboard box. Items over 50 lbs must be skid-mounted or palletized. Standard commercial packaging is unacceptable.
- Brand Name is mandatory, but offers of "equal" products will be considered if they meet salient physical, functional, or performance characteristics.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6)
- NAICS Code: 333996 (Pump and Pumping Equipment Manufacturing)
- Size Standard: 700 employees
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Contract Type: Firm Fixed Price
- Award Basis: All or none, Lowest Price Technically Acceptable (LPTA)
- Simplified Acquisition Procedures: FAR 13.106 applies.
Submission Requirements & Deadlines
- Quotation Due Date: March 05, 2026, at 10:00 AM EST
- Required Information:
- Disclosure regarding inverted domestic corporation status (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- Completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (October 2025) with Alternate I.
- Valid DUNS number and SAM.gov registration.
- Company Tax Information Number (TIN).
- Contact: COURTNEY GUSTIN, COURTNEY.C.GUSTIN@USCG.MIL, 2068150034.
Important Notes
Offerors must ensure their packaging meets the stringent military specifications outlined, as standard commercial packaging will lead to rejection. The provided MIL-STD-2073.pdf document summary offers guidance on understanding these requirements. Full text versions of applicable FAR clauses (e.g., 52.212-1, 52.212-4, 52.212-5) are available at www.acquisition.gov.