Rotary Pump Parts
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 Naval Supply Fleet Logistics Center Puget Sound (NAVSUP FLCPS) is conducting a Sources Sought for market research to identify qualified and experienced sources capable of supplying Rotary Pump Parts. This is for an anticipated single award Firm Fixed Price (FFP) contract under NAICS code 333914 (Measuring, Dispensing, And Other Pumping Equipment Manufacturing). Responses are due by April 7, 2026, at 10:00 A.M. EST.
Scope of Work
This market research aims to identify parties interested in and capable of providing Rotary Pump Parts. The requirement includes specific kits and components, as detailed in the 'Supply List.pdf' document. This list outlines specific items, extended descriptions, part numbers, quantities, and a consistent delivery date of August 31, 2026, for all items. It also indicates whether a Unique Item Identifier (IUID) is required for each part. The place of performance is San Diego, CA 92123.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type: Firm Fixed Price (FFP)
- NAICS: 333914 (Size Standard: 750 employees)
- Set-Aside: Businesses of all sizes are encouraged to respond; however, based on responses, this requirement may be set-aside for Small Businesses or procured through full and open competition.
- Response Due: April 7, 2026, 10:00 A.M. EST
- Published: April 1, 2026
Submission Requirements
Interested parties must submit the following information:
- Organization name, address, email, website, telephone number, and size/type of ownership.
- Tailored capability statements with supporting documentation.
- Contractor and Government Entity (CAGE) Code.
- Business size (Large, Small, SDB, 8(a), Hubzone, Woman-owned, Veteran-owned). If subcontracting/teaming is anticipated, address administrative and management structure.
Submissions should not exceed ten (10) typewritten pages (12pt font) and must be sent via email to Shamekia Pierre (shamekia.m.pierre.civ@us.navy.mil). Questions should be directed to Amy Caraway (amy.m.caraway.civ@us.navy.mil).
Additional Notes
This is for information and planning purposes only and is not a solicitation. The Government will not award a contract from this announcement and will not pay for information submitted. Any future solicitation will be synopsized on SAM.gov, and potential offerors are responsible for monitoring the site.