CENTRIFUGAL BOOST PUMP ASSY

SOL #: 70Z08026P21021B00Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Curtis Bay, MD

NAICS

Fluid Power Pump and Motor Manufacturing (333996)

PSC

Power And Hand Pumps (4320)

Set Aside

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

Timeline

1
Posted
Feb 27, 2026
2
Submission Deadline
Mar 5, 2026, 3:00 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 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.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
CENTRIFUGAL BOOST PUMP ASSY | GovScope