23--MRG SFD CENTRIFUGAL PUMPS (Trailer Mounted)
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 Bureau of Reclamation, Upper Colorado Regional Office is soliciting quotes for two (2) new 6-inch attenuated sound, DOT trailer-mounted, centrifugal pumps. This Total Small Business Set-Aside opportunity aims to replace aging equipment and support critical field operations, such as dust abatement and soil compaction, for the Socorro Field Division. An amendment has provided answers to vendor questions and updated the proposal due date.
Scope of Work
The requirement is for two (2) fully enclosed, DOT-compliant, dual-axle trailer-mounted centrifugal pump packages. Each unit must be powered by a minimum 60 HP, EPA Tier 4 compliant diesel engine with integrated sound-attenuating panels. Key pump specifications include:
- 6-inch flanged connections.
- Minimum flow rate of 2,200 GPM.
- Capable of passing 3-inch spherical solids.
- Total head not to exceed 182 ft.
- Self-priming capability (25 ft lift, ≤ 5 min priming).
- Dry run capability (up to 5 min).
- Integrated flow meter accurate to ±5% for solids-laden water. Trailers must have electric brakes, LED lighting, leveling jacks, and a dry weight ≤ 3,600 lbs. The engine control panel requires a 4-inch OLED display showing RPM, flow rate, battery voltage, and coolant temperature. The all-inclusive price must cover equipment, delivery, setup, and orientation/training.
Contract Details
This is a Combined Synopsis/Solicitation (RFQ) for commercial items, leading to a Firm Fixed-Price purchase order. The award will be made to the responsible offeror whose quote represents the best value based on the lowest price and technical capability. The NAICS code for this requirement is 333914 (Centrifugal Pumps Manufacturing).
Submission & Evaluation
Offerors must submit a package including a Technical Capability narrative addressing Attachment 1 specifications and a completed Price Schedule (Attachment 2). Technical and Pricing Proposals must be submitted as separate documents. Quotes must cover the entire Price Schedule; partial quotes will not be accepted. Required submittals also include a Project Schedule (S1), Product Data (S2), Manuals (S3), and Warranty Information (S4). The government requires a minimum of 14 days for submittal review. Delivery is required within 28 calendar days after contract award to Socorro, NM, with a minimum 12-month warranty from acceptance.
Key Dates & Contacts
- Proposals are due by March 11, 2026, at 1:00 p.m.
- Proposals should be emailed to Ronda Lucero, Contract Specialist, at rlucero@usbr.gov.
- Contact: Ronda Lucero (rlucero@usbr.gov, 8015243691).
Clarifications from Amendment 0001
Vendor questions have been answered, clarifying technical specifications. The specified minimum flow rate (2,200 GPM) and total head (182 ft) represent the pump's maximum head region (near shutoff) and were checked at the minimum continuous stable flow, indicating a worst-case head condition, not the duty point; a larger pump is not required. The pump system must include an integrated flow meter accurate to ±5% suitable for solids-laden water.