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, specifically MSCHQ NORFOLK, is soliciting proposals for a Firm Fixed-Price contract to procure a Pump Assembly, Chill Water for the USNS RICHARD BYRD (T-AKE 4). This is an unrestricted procurement for a specific long-lead-time item. Proposals are due by May 20, 2026.
Scope of Work
This requirement is for one (1) LT CHILL WATER PUMP ASSEMBLY, identified by Vendor's Part Number NA2010-PMPEND. The item is a direct replacement for existing equipment and must be compatible with the existing configuration, 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. The Government has identified Buffalo Pumps as the required source due to restrictive rights, exclusive licensing, and standardization initiatives for T-AKES 1-14 vessels.
Contract & Timeline
- Type: Combined Synopsis/Solicitation, Firm Fixed Price
- Set-Aside: Unrestricted
- Response Due: May 20, 2026
- Published: May 4, 2026
- Delivery Date: On or before April 1, 2028 (estimated production lead time of 720 days)
Submission & Evaluation
Quotes must be submitted via email to the contracting officer and contract specialist identified in block 9 of the SF1449, in either Adobe or Microsoft Office format. No other submission method is acceptable. Evaluation will be based on the lowest priced technically acceptable quoter. Technical evaluation requires that quoted parts meet all solicitation requirements, including specified part numbers, delivery dates, and terms and conditions. Offerors must explicitly state their ability to meet all technical requirements. Price reasonableness will also be assessed. Vendors must not include their standard commercial terms and conditions, as this may lead to rejection.
Additional Notes
Inspection and Acceptance will occur at MSC PROGRAM MANAGEMENT CENTRALIZED AND SUPT STAFF NORFOLK, VA 23511-2419. Delivery is FOB Destination to MILITARY SEALIFT COMMAND BATS in San Diego, CA 92123-5000. Wide Area WorkFlow (WAWF) is required for payment and receiving reports. The solicitation incorporates by reference FAR 52.212-1, 52.212-4, and 52.212-5.