USACE Washington Aqueduct Flygt Sewage 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 quotations for one (1) Flygt model P/N # NS3301 or equivalent electric submersible sewage pump for the Washington Aqueduct in Washington, DC. This is a Firm Fixed-Price (FFP) contract, with delivery required within 180 days after award. Quotations are due March 25, 2026, at 10:00 AM Eastern Time.
Scope of Work
This solicitation (RFQ 47QSWC26Q0065) requires the provision of:
- One (1) Flygt model P/N # NS3301 or equivalent: 6 MB electric submersible sewage pump at 460volt, 85hp, with 464HT 'Hard-Iron' impeller, 6" discharge elbow, stand, 50' pump power cable, automatic control box with (2) 40' level sensors, and 25' power pigtail.
- Compliance with the Buy American Act is mandatory.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- NAICS Code: 333996 - Fluid Power Pump and Motor Manufacturing
- Place of Performance: Washington, DC
- Delivery: Within 180 days after receipt of award
- Questions Due: March 18, 2026, 10:00 AM Eastern Time
- Quotations Due: March 25, 2026, 10:00 AM Eastern Time
- Published Date: March 11, 2026
Submission & Evaluation
Offerors must submit quotations electronically in .doc or .docx format. A complete quotation consists of:
- Cover Page: Including signed Section A and any Amendments.
- Volume 1: Pass/Fail Questionnaire: Includes Points of Contact, Representations/Certifications, SAM.gov registration, and the critical Cyber-Supply Chain Risk Management (C-SCRM) Questionnaire (Attachment 2).
- Volume 2: Technical Submission: Limited to 11 pages, addressing Technical Conformance and Delivery.
- Volume 3: Price Submission: Completed Section B, inclusive of all costs.
Award will be made on a best value trade-off basis, with non-price factors (Technical Conformance and Delivery) being significantly more important than price. Volume 1 is evaluated on a Pass/Fail basis. The C-SCRM Questionnaire is essential for demonstrating compliance and will impact evaluation.
Key Attachments
- Attachment 1 Terms and Conditions: Outlines all incorporated FAR and GSAR clauses and provisions, which bidders must review to understand contractual obligations.
- Attachment 2 - C-SCRM Questionnaire: A mandatory form to assess the offeror's supply chain risk management practices, requiring detailed responses and supporting documentation.
Contact Information
Questions must be submitted via email to Dominic Lackey (dominic.lackey@gsa.gov) and Mutiba Raza (mutiba.raza@gsa.gov).