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 Department of the Interior, Bureau of Reclamation, Upper Colorado Regional Office is soliciting proposals for two (2) new 6-inch attenuated sound, DOT trailer-mounted, centrifugal pumps. These pumps will replace aging equipment and support critical field operations, such as dust abatement and soil compaction, for the Albuquerque Area Office, Socorro Field Division. This is a Total Small Business Set-Aside. Proposals are due March 11, 2026, by 1:00 PM MDT.
Scope of Work
The requirement is for two new 6-inch centrifugal pumps, each mounted on a fully enclosed, DOT-compliant trailer. Key specifications include:
- Pumps: 6-inch flanged connections (Flat Faced with Baure fittings), minimum flow rate of 2,200 GPM, total head not to exceed 182 ft (these are independent limits, pump operates within range), capable of passing 3-inch spherical solids, self-priming (25 ft lift, ≤ 5 min), and dry run capability (up to 5 min). An integrated flow meter accurate to ±5% and suitable for solids-laden water is required.
- Engines: Diesel-powered (minimum 60 HP, EPA Tier 4 compliant) with integrated sound-attenuating panels. An engine control panel with a 4-inch OLED display is required.
- Trailers: DOT-compliant, dual-axle, with electric brakes, LED lighting, leveling jacks, and a dry weight ≤ 3,600 lbs. No specific dimensional limits are prescribed, but trailers must be standard transportable size.
- Delivery: All-inclusive price covering equipment, delivery, setup, and orientation/training. Delivery is required within 28 calendar days after contract award to Socorro, NM.
Contract Details
- Type: Firm Fixed-Price Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS code 333914 (Centrifugal Pumps Manufacturing).
- Evaluation: Award will be made to the responsible offeror whose quote represents the best value in terms of lowest price and technical capability.
- Warranty: Longest manufacturer warranty available, with a minimum of 12 months from acceptance.
Submission & Deadlines
Offerors must submit a package including a Technical Capability narrative addressing Attachment 1 specifications and a Price Schedule (Attachment 2). The Price Schedule must be completed in its entirety; partial quotes will not be accepted. Required submittals also include Project Schedule (S1), Product Data (S2), Manuals (S3), and Warranty Information (S4).
- Proposals Due: March 11, 2026, by 1:00 PM MDT.
- Submission Method: Proposals should be emailed to Ronda Lucero, Contract Specialist, at rlucero@usbr.gov. Technical and Pricing Proposals must be submitted as separate documents. Electronic copies of submittals (S1-S4) are to be sent to Johnny Jaramillo at JJaramillo@usbr.gov.
Clarifications
Previous amendments clarified that the specified minimum flow rate and maximum head are independent limits, not typical operating conditions. The incumbent pumps were purchased in 2003. The 25 ft maximum suction lift refers to total suction conditions. Corrosion protection should meet industry standards.