IMPELLER PUMP ASSEMBLY
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 - Portsmouth, on behalf of the Portsmouth Naval Shipyard, is soliciting quotes for a Brand Name Mandatory Impeller Pump Assembly (Part # F-8BB462X1). This requirement is a Total Small Business Set-Aside and seeks direct replacement parts from Ingersoll-Rand or its authorized distributors. The award may be based on the fastest delivery. Quotes are due by February 4, 2026, at 5:00 PM EST.
Scope of Work
The requirement is for one (1) Impeller Pump Assembly, Part # F-8BB462X1 (PC-462 of PL-11312-F-18/C), which includes PCs-3, 4 & 29A. The material must be NICU, QQ-N-288 Comp E. This is a direct replacement part for existing equipment. The required delivery date is February 13, 2026, to Kittery, ME.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business Set-Aside (100% Small Business)
- NAICS: 333996 (Size Standard: 1,250 employees)
- Product Service Code: 4320 (Power And Hand Pumps)
- Brand Name: Ingersoll-Rand (CAGE 0HT53) - Mandatory. "Equal To" submittals will not be considered.
- Payment Terms: Net 30 Days AFTER acceptance of material. Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF) accepted.
Submission & Evaluation
- Quote Due Date: February 4, 2026, 5:00 PM EST
- Submission Method: Email quotes to both robert.dowdle@dla.mil and DLA-KME-QUOTATIONS@DLA.MIL.
- Required Information: Quotes must include price(s), FOB point, Cage Code, point of contact (name/phone), GSA contract number (if applicable), business size, preferred payment method, and Country of Origin. If not the actual manufacturer, provide Manufacturer's Name, Location, and Business Size.
- Required Provisions: Offerors must complete and include provisions 52.204-24, 52.204-26, 252.204-7016, and 252.204-7019 (and 52.204-7(b)(1)). Small business joint venture offerors must also submit representations required in FAR 52.212-3 and 52.219-1.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Offers will be evaluated for technical acceptability against specifications. Award may be made without discussions and may be based on the fastest delivery. Evaluation is "All or None."
- Registrations: Offerors must be registered and active in SAM.gov. A current NIST SP 800-171 DoD Assessment posted in SPRS may be required.
Important Notes
Bidders must carefully review all attached clauses, particularly those concerning telecommunications equipment (FAR 52.204-25, 52.204-27, 252.204-7016, 252.204-7018), supply chain security, and cybersecurity requirements.