KT300D Piston Pumps

SOL #: Robins_AFB_KT300D_Piston_PumpsPre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8571 MAINT CONTRACTING AFSC PZIM
ROBINS AFB, GA, 31098-1672, United States

Place of Performance

Warner Robins, GA

NAICS

Air and Gas Compressor Manufacturing (333912)

PSC

Refrigeration And Air Conditioning Components (4130)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 23, 2026
2
Response Deadline
Mar 9, 2026, 4:00 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 Department of the Air Force, specifically the Operational Maintenance Division (AFSC/PZIMA) at Robins AFB, Georgia, anticipates issuing a Request for Quote (RFQ) for the procurement of two (2) KT300-S000 Piston Pumps. This requirement is designated as Brand Name and will be conducted under Full and Open Competition. The Air Force intends to award one (1) Firm-Fixed Price (FFP) contract. A solicitation is expected to be issued on or around March 9, 2026.

Scope of Work

The contractor shall provide all necessary tools, parts, materials, equipment, labor, and transportation for the delivery of two (2) Kinney-Tuthill KT300D Piston Pumps (Part # KT300D-S000) to the Commodities Maintenance Group (CMXG) at Robins Air Force Base. Key requirements include:

  • Pumps: Two (2) Kinney-Tuthill KT300D Piston Pumps (Part # KT300D-S000).
  • Warranty: A thirty (30) month manufacturer warranty is required.
  • Security: Compliance with Government Security Regulations (32 CFR Part 117, NISPOM, DAFI 31-101), Communications Security (COMSEC), Operations Security (OPSEC), and immediate notification of security incidents.
  • Supply Chain Risk Management: Implementation of procedures to prevent counterfeit parts and malicious code, adhering to specified DoD and NIST standards.
  • Affirmative Procurement: 100% of purchases for EPA-designated products must meet EPA standards, and USDA-designated products must meet USDA standards for recovered materials or bio-based content, unless exceptions apply. The contractor must provide estimates and verification.

Contract & Timeline

  • Contract Type: Firm-Fixed Price (FFP).
  • Set-Aside: Full and Open Competition.
  • Solicitation Release: On or around March 9, 2026.
  • Delivery: Required twelve (12) weeks after contract award, FOB Destination.
  • Published: February 23, 2026.

Submission & Evaluation

This is a Pre-Award Synopsis; therefore, it is not a request for competitive proposals. Interested parties are encouraged to identify their interest and capability to respond to the requirement. Payment requests and receiving reports will be submitted via the Procurement Integrated Enterprise Environment (PIEE) through the Wide Area Workflow (WAWF) module. The Government reserves the right to inspect contractor performance.

Additional Notes

Government representatives are listed for points of contact but cannot make contractual commitments or authorize changes. Attachments include manufacturer warranty information and photos of the MD Kinney KT Rotary Piston Pump.

People

Points of Contact

Adriana LytlePRIMARY
Andrew HarthSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Feb 23, 2026
KT300D Piston Pumps | GovScope