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 to identify qualified and experienced sources for Rotary Pump Parts. This market research aims to inform a potential single award Firm Fixed Price (FFP) contract under NAICS code 333914. Responses are due by April 7, 2026, at 10:00 A.M. (EST).
Scope of Work
NAVSUP FLCPS seeks sources capable of supplying various Rotary Pump Parts in accordance with specified requirements. The attached Supply List.pdf details specific kits and components, including their extended descriptions, part numbers, quantities, and a consistent delivery date of August 31, 2026, for all items. Bidders must also confirm their ability to meet Unique Item Identifier (UIID) requirements where applicable.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Single Award Firm Fixed Price (FFP)
- NAICS: 333914, Measuring, Dispensing, And Other Pumping Equipment Manufacturing (Size Standard: 750 employees)
- Potential Set-Aside: Small Businesses or Full and Open Competition (all Small Business Set-Aside categories will be considered based on responses)
- Response Due: April 7, 2026, 10:00 A.M. (EST)
- Published: April 1, 2026
- Place of Performance: San Diego, CA
Submission Requirements
Interested parties should submit the following information:
- Organization name, address, email, website, telephone, and size/type of ownership.
- Tailored capability statements addressing the effort, with supporting documentation.
- Contractor and Government Entity (CAGE) Code.
- Business size (Large, Small, 8(a), Hubzone, Woman-owned, Veteran-owned). If teaming is anticipated, address administrative/management structure.
Submissions should not exceed ten (10) typewritten pages (12pt font) and must be emailed to Shamekia Pierre at shamekia.m.pierre.civ@us.navy.mil.
Additional Notes
This is for information and planning purposes only and is not a solicitation. The Government will not pay for information submitted. A future solicitation, if released, will be synopsized on SAM.gov. It is the responsibility of potential offerors to monitor the site for updates.