USNS RICHARD BYRD - PUMP ASSEMBLY, CHILL WATER
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 Department of the Navy / Military Sealift Command (MSC) is soliciting proposals for a Pump Assembly, Chill Water for the USNS RICHARD BYRD (T-AKE 4). This requirement is for a specific LT CHILL WATER PUMP ASSEMBLY (Vendor's Part Number: NA2010-PMPEND), identified as a sole-source item from Buffalo Pumps Inc. due to standardization and proprietary rights. This is an unrestricted acquisition. Quotes are due April 13, 2026, at 10:00 AM.
Scope of Work
The requirement is for one (1) LT CHILL WATER PUMP ASSEMBLY. This item is a direct replacement for existing equipment on T-AKES 1-14 vessels and must be compatible with the existing configuration, specifically referencing MFR-BUFFALO PUMPS INC CAGE-83130 MFR DWG-CA16762 REV. C EQUIP SPEC-ASTM-F998-97. Requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable, requiring DoD unique identification.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Firm Fixed Price)
- Set-Aside: Unrestricted
- Quote Due: April 13, 2026, 10:00 AM
- Published: March 31, 2026
- Delivery Date: On or before April 1, 2028 (estimated production lead time of 720 days)
Evaluation
Award will be based on the Lowest Priced Technically Acceptable (LPTA) quoter. Technical evaluation requires that quoted parts meet all solicitation requirements, including required parts, delivery dates, and terms and conditions. Quotes must explicitly state that all technical requirements, including the required delivery date and part numbers, can be met. Price reasonableness will also be assessed. Vendors must not include standard commercial terms and conditions, as this may lead to rejection.
Additional Notes
This acquisition is justified as sole-source due to proprietary rights, exclusive licensing agreements with Buffalo Pumps Inc., and MSC's standardization initiative for T-AKES 1-14 vessels. The item is a direct replacement for existing equipment. Quotes must be submitted via email to the contracting officer and contract specialist in Adobe or Microsoft Office format. Inspection and acceptance will occur at MSC PROGRAM MANAGEMENT CENTRALIZED AND SUPT STAFF NORFOLK, VA, with delivery FOB Destination to MILITARY SEALIFT COMMAND BATS in San Diego, CA. Wide Area WorkFlow (WAWF) is required for payment and receiving reports.