PUMP, ROTARY
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 U.S. Coast Guard Surface Forces Logistics Center (SFLC) is soliciting quotations for nine (9) Rotary Pumps (NSN: 4320-01-456-1200), specifically lube oil transfer pumps for main diesel engines. This is an anticipated non-competitive sole source award to Roper Pump Company or its authorized distributors. Quotations are due by April 7, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for nine (9) positive displacement rotary pumps, constructed of stainless steel with mechanical seals. These pumps are for removing lube oil from main diesel engines and include the pump and housing only. Key specifications include:
- Manufacturer: Roper Pump Company
- Part Number: 01SS1PTYDJHLW
- Quantity: 9 Each
- Packaging: Must comply with MIL-STD-2073-1E Method 10, cushioned, and packed in ASTM-D5118 double-wall fiberboard boxes.
- Marking: IAW MIL-STD-129R, bar coded IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. Failure to meet these requirements will result in rejection.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6, FAR 13.106 Simplified Acquisition Procedures)
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: No set-aside specified. The Government anticipates a non-competitive sole source award, but all responsible sources may submit a quotation.
- NAICS Code: 333914 (Size Standard: 700 employees)
- Place of Performance: USCG SFLC BALTIMORE, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226
Submission & Evaluation
Award will be made on an all or none basis to the responsible offeror whose quotation is the Lowest Price Technically Acceptable (LPTA) and most advantageous to the Government. Offerors must:
- Be Roper Pump Company or an authorized distributor. Authorized distributors must provide a letter from the OEM verifying their status and that genuine OEM parts will be supplied.
- Have a valid DUNS number and be registered in the System for Award Management (SAM.gov).
- Provide their Tax Information Number (TIN) with their offer.
- Submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (with Alternate I).
- Include a disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- Adhere to all specified FAR and HSAR clauses, including FAR 52.225-1 (Buy American Act-Supplies) and FAR 52.232-33 (Payment by Electronic Funds Transfer).
Key Dates & Contact
- Quotations Due: April 7, 2026, at 10:00 AM Eastern Standard Time
- Published Date: March 31, 2026
- Primary Contact: DONNA SCANDALIATO, DONNA.M.SCANDALIATO@USCG.MIL, 410-762-6259