Pump Rebuild Kit
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 Navy, NAVSUP Fleet Logistics Center Puget Sound, is issuing a sole source combined synopsis/solicitation for Pump Rebuild Kits and Pump/Motor Sets. This is a Firm Fixed-Price contract intended for Carver Pump Co. to provide essential parts for AC Seawater Pump Systems on a U.S. Vessel. The acquisition is unrestricted.
Scope of Work
This requirement is for the procurement of three (3) SW Pump/Motor Sets (Manufacturer's Part Number: 998-1111-D-11) and three (3) SW Pump Rebuild Kits (Manufacturer's Part Number: 985-1111-D-11). These items are direct replacement parts for existing 1993 design equipment, critical for ensuring form, fit, and function compatibility and preventing system failure at sea. Deliverables include technical documentation, drawings, manuals, and certificates. All items must meet DoD unique identification requirements. Packaging and marking must comply with DODMANUAL 4140.01, MIL-STD 2073-1, or ASTM D3951, with crating adhering to ISPM standards. Shipments must be fully traceable via commercial freight.
Contract Details
- Type: Firm Fixed-Price contract.
- Sole Source Justification: The procurement is restricted to Carver Pump Co. (CAGE Code: 10941) as the only qualified OEM with proprietary rights to provide these direct replacement parts.
- Set-Aside: Unrestricted.
- NAICS Code: 333914 (Power And Hand Pumps).
Submission & Evaluation
- Offer Due Date: April 20, 2026, 10:00 AM (Local Time).
- Questions Due: One day prior to the closing date, submitted via email to the primary contact.
- Evaluation Factors: The Government will select the most advantageous offer based on technical capability (including delivery date), price, and past performance. Price reasonableness and past performance will be assessed as part of the responsibility determination. Offers quoting less than the entire effort may be deemed unacceptable.
- Requirements: Offerors must be registered in SAM.gov. Invoices will be submitted via Wide Area WorkFlow (WAWF). Defense Biometric Identification System (DBIDS) registration is required for base access post-award.
Contact Information
- Primary Contact: Jeremy Wells
- Email: jeremy.a.wells.civ@us.navy.mil
- Phone: 602-900-6995