Sources Sought - Pumping Unit
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 Army Contracting Command – Detroit Arsenal (ACC-DTA) is conducting a Sources Sought Notice/Market Research Survey to identify interested and capable businesses for the production of Pumping Units. This is for government planning purposes only and is not a solicitation. Responses will inform ACC-DTA's acquisition strategy for a potential future requirement. Responses are due by May 22, 2026, at 5 PM Eastern Standard Time.
Scope of Work
ACC-DTA is seeking information on the production of specific pumping units for the Expeditionary Latrine System. The items of interest include:
- PUMPING UNIT, SEWAGE (NSNs: 4630-01-642-3436, 4630-01-642-3447)
- PUMPING UNIT, CLEAR WATER (NSNs: 4320-01-642-6684, 4320-01-642-6694)
Estimated quantities are 20 units for Year 1 and 45 units per year for Years 2-5.
Contract & Timeline
- Type: Sources Sought / Market Research (Special Notice)
- Set-Aside: None specified (for market research)
- Response Due: May 22, 2026, 5 PM EST
- Published: May 14, 2026
- Office: W6QK ACC- DTA, Warren, MI
Instructions for Responders
Responses are voluntary and will not be compensated. Submissions must be sent via email to CPT Catherine Castonguay (catherine.a.castonguay.mil@army.mil) by the deadline. The subject line must be [COMPANY NAME]-Completed RFI Pumping Units. Responders should include relevant sales media and product manuals, clearly marking any proprietary information.
Vendor Information Requested
Respondents are asked to provide:
- Company Name, Address, CAGE Code, Point of Contact, Phone, Email, Website.
- Business type (e.g., 8(a), Small Disadvantaged, HUBZone, Women-owned, Large Business, Small Business).
- Confirmation of NAICS code 333310 appropriateness and Nonmanufacturer Rule qualification, if applicable.
- Past manufacturing experience with these items for the U.S. Government.
- Current manufacturing capability, including relevant contract details, proposed production location, lead time, and monthly production rates.
- Current price per unit, quality management system, commercial availability summary, and any other pertinent information.
- Information on financing requirements, potential hindrances from option/ordering availability periods, and minimum order quantity/quantity discount thresholds.
Additional Notes
Proprietary information should be clearly marked. The government will protect confidential data per 18 USC §1905, but marking data as confidential may limit consideration if support contractors are involved in evaluation.