PUMP,CENTRIFUGAL
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 WEAPON SYSTEMS SUPPORT MECH) is soliciting quotes for the repair of PUMP,CENTRIFUGAL under Emergency Acquisition Flexibilities (EAF). This opportunity is a Total Small Business Set-Aside and seeks to establish a bilateral Firm-Fixed-Price award. A key requirement is a Repair Turnaround Time (RTAT) of 365 days, with penalties for unexcused delays. Quotes are due March 26, 2026.
Scope of Work
This Request for Quote (RFQ) is for the repair of PUMP,CENTRIFUGAL, specifically CAGE 53711, Reference Number 5773203-25. Repair work must adhere to the contractor's standard practices, manuals, and technical orders, including MIL-STD-130 for marking. Offerors must verify nomenclature, part number, and NSN prior to responding.
Contract & Timeline
- Type: Firm-Fixed-Price (Bilateral Award)
- Set-Aside: Total Small Business
- Required RTAT: 365 Days (from asset return to acceptance)
- Response Due: March 26, 2026, 8:30 PM EST
- Published: March 13, 2026
Key Requirements & Evaluation
The Government requires Government Source Inspection (GSI) at the repair facility. Contractors must be fully proficient in repairing Navy Standard Titanium Fire Pumps (NSTFP) or similar Mil-Spec centrifugal pumps, demonstrating capabilities in:
- Sufficient machines/tools (e.g., for wear rings, impeller).
- Access to pump drawings and overhaul procedures.
- Availability of repair parts.
- NAVSEA-certified subcontractors for motor repair (MIL-M-17060, SIS).
- Facility/equipment for hydrostatic and flow/head curve testing.
- A robust Quality Assurance system with calibrated test equipment. A price reduction clause will be applied for failure to meet the required RTAT due to unexcusable contractor delay; offerors must propose a price reduction amount per unit per month, up to a maximum. Only authorized distributors of the original manufacturer's item will be considered, and proof is required.
Submission Instructions
Quotes must include:
- Unit Price and Total Price.
- Proposed Repair Turnaround Time (RTAT) in days.
- Capacity constraints if not meeting the Government's 365-day RTAT.
- T&E fee/price if an asset is determined Beyond Repair (BR/BER), not to exceed a specified amount.
- Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.
- New unit price and delivery lead-time for comparison. All freight is FOB Origin. Accelerated delivery is encouraged.