BackWash Recovery Pump
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 General Services Administration (GSA), on behalf of the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of a Backwash Recovery Pump (Model # 2414 or equivalent) to the Washington Aqueduct in Washington, DC. This is a Total Small Business Set-Aside for a Firm Fixed-Price contract. Proposals are due by February 17, 2026, at 10:00 AM ET.
Scope of Work
The requirement is for one (1) Backwash recovery pump, specifically Model # 2414 (a 16" centrifugal, vertical dry-pit solids handling pump), or an equivalent model. All items must be compliant with the Buy American Act (BAA). Delivery is required no later than 120 days after receipt of award. The place of performance is the U.S. Army Corps of Engineers, Washington Aqueduct, located at 5900 Macarthur Blvd, NW, Washington, DC 20016.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 333996 - Fluid Power Pump and Motor Manufacturing
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Acquisition Method: Conducted under FAR Subpart 12.6 (Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures).
- Delivery: NLT 120 days after receipt of award.
Submission & Evaluation
- Proposal Due Date: February 17, 2026, at 10:00 AM Eastern Time.
- Submission Method: Electronic submission via email to both Dominic Lackey (dominic.lackey@gsa.gov) and Mutiba Raza (mutiba.raza@gsa.gov).
- Quotation Format: Must be in .doc or .docx format, single-spaced, 12-point Times New Roman font, and no more than 10 pages (excluding Section C clauses).
- Required Components: Cover Page, Signed Section A, Signed Amendments (if any), Volume 1 (Technical Submission), and Volume 2 (Price Submission).
- Evaluation Factors: Quotes will be evaluated on Technical Conformance (most important) and Delivery. Price will be considered, with a best-value trade-off determination where non-price factors are significantly more important than price.
- Technical Conformance: Demonstrate how the quotation satisfies the description, part number, photo, quantity, and BAA compliance.
- Delivery: Explain how tracking, shipping, and delivery requirements will be met.
Eligibility & Terms
- Offerors must hold NAICS code 333996.
- Contractors must be found responsible, possessing adequate financial resources, ability to meet schedules, satisfactory performance history, integrity, and appropriate controls.
- The contract will incorporate various FAR and GSAR clauses by reference and full text, including "BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021)" (FAR 52.204-21) and "Order Limitations" (FAR 52.216-19). Bidders must review these terms and conditions.
Points of Contact
- Contracting Officer: Dominic Lackey (dominic.lackey@gsa.gov, 202-501-2272)
- Contracting Specialist: Mutiba Raza (Mutiba.Raza@gsa.gov)