Self-Priming, Self-Powered, Flood Water Abatement or Mitigation Pumps
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. Army Corps of Engineers, National Flood Fight Material Center (NFFMC), Rock Island District, is conducting market research through a Sources Sought notice to identify businesses capable of providing Self-Priming, Self-Powered Flood Water Abatement or Mitigation Pumps. This is for informational purposes only and is not a request for proposal or a commitment to award a contract. Capability statements are due by February 12, 2026.
Scope of Work
The NFFMC is seeking pumps ranging from 3-inch to 18-inch diameter, powered by diesel engines, with dry self-priming capabilities up to 28-Inch Hg or 25 ft suction lift. Key features include remote monitoring (as-needed), ability to pass solids, and operation for up to 24 hours dry. Pumps must meet or exceed ANSI, FM 2510-2020 standards. Mounting requirements vary by size (wheeled trailer for <= 8x8 inches; wheeled trailer or skid base for > 10x10 inches). Accessories like suction and discharge hoses, and connections are required for pumps under 18-inches. The contractor must arrange delivery anywhere in the Continental United States.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- NAICS Code: 333996 (Fluid Power Pump and Motor Manufacturing)
- Size Standard: 1250 Employees
- PSC: 4320 Power and Hand Pumps
- Response Due: February 12, 2026, 4:00 PM ET
- Published: February 4, 2026
Submission Requirements
Interested businesses must submit a capability statement to Stanley L. Bolton at stanley.l.bolton@usace.army.mil. The submission should include:
- A cover letter with company name, address, UEI code, Cage Code, and Point of Contact information.
- A capability statement demonstrating the product's ability to meet SOW specifications and delivery guidelines.
- Detailed information for each pump type, including dimensions, weight, fuel tank size, and fuel consumption rate.
- A map of service/parts locations and a list of service providers.
Additional Notes
This notice is for information and planning purposes only. No award will be made from this Sources Sought. It aims to identify potential SAM-registered businesses interested and capable of performing this work.