DEWATERING 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 Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting proposals for the procurement of Dewatering Pumps and Control Box Pumps. This acquisition is a Total Small Business Set-Aside (NAICS 333996, size standard 1250 employees) and seeks to acquire specific equipment for delivery to Bremerton, WA. Offers are due by April 3, 2026, at 02:00 PM local time.
Scope of Work
This solicitation requires the provision of two key items:
- Item 0001: A MODY G 1006 TEC4 Dewatering Pump (58 HP, 3PH-60HZ-480V, 3550 RPM Electric Submersible) with specific features including tandem seals, SS shaft, impeller, hardware, 6" SS NPT outlet, 150' cable, and zinc anodes. "Brand Name or Equal" is accepted, requiring vendors to submit specifications for evaluation.
- Item 0002: A MODY PUMPS Control Box (58 HP, 480V-3PH) with part number MPL58HE3PN4SPM1. "Brand Name or Equal" is also accepted, with vendors needing to submit specifications.
Delivery for both items is required on or before April 8, 2026, to the Puget Sound Naval Shipyard IMF in Bremerton, WA. Inspection and acceptance will occur at the destination. Packaging and marking must comply with ASTM-D-3951 and include specific identification details. Unique Item Identification (IUID) is required for items with a Government unit acquisition cost of $5,000 or more.
Contract Details
- Contract Type: Firm Fixed-Price.
- Set-Aside: Total Small Business (FAR 19.5).
- Product Service Code: 4320 (Power And Hand Pumps).
- Place of Performance: Bremerton, WA.
- NIST SP 800-171: Contractors are required to implement NIST SP 800-171, with a current assessment (not more than 3 years old), unless items are Commercial Off The Shelf (COTS). COTS items are exempt, but must be identified to the contracting officer during the bid period.
Submission & Evaluation
- Offer Due Date: April 3, 2026, at 02:00 PM local time.
- Submission Instructions: Electronic submission of quotes is available through the SAM website, or via email to jack.edwards@dla.mil or fax to 360-476-4121.
- Responsive Quote Requirements: To be deemed responsive, the solicitation must be completed in its entirety, including: filling Box 17A, reading Box 28 and signing Box 30 a, b, and c on page 1; providing CAGE code; quoting FOB Destination Bremerton, WA; annotating lead time; and annotating the name and country of manufacturing for products. Applicable boxes in clause 52.204-24 (2)(d) (1) and (2) must be checked.
- Evaluation Criteria: Evaluation will be based on Technical, Price, and Performance, with relative importance to be determined.
Additional Notes
- Point of Contact: Jack Edwards, JACK.EDWARDS@DLA.MIL, 360-813-9577.
- Base Access: Contractors require a Defense Biometric Identification System (DBIDS) credential for base access.
- Payment: Invoices must be submitted electronically via Wide Area Work Flow (WAWF).