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 Pump Assembly, Chill Water for the USNS RICHARD BYRD (T-AKE 4). This is an unrestricted procurement for a specific long-lead-time item. An amendment has extended the solicitation response deadline.
Scope of Work
The requirement is for one (1) LT CHILL WATER PUMP ASSEMBLY, identified by Vendor's Part Number: NA2010-PMPEND. This item is a direct replacement for existing equipment and must be compatible with the current configuration, referencing MFR-BUFFALO PUMPS INC CAGE-83130 MFR DWG-CA16762 REV. C EQUIP SPEC-ASTM-F998-97. A Sole Source Justification (SSJ) explains that Buffalo Pumps is the required source due to proprietary rights, exclusive licensing, and standardization initiatives for T-AKES 1-14 vessels. Requirements in DFARS 252.211-7003 regarding Item Identification and Valuation are applicable, requiring DoD unique identification.
Contract Details
This is a Combined Synopsis/Solicitation for a Firm Fixed Price contract. Delivery is required on or before April 1, 2028, FOB Destination to MILITARY SEALIFT COMMAND BATS in San Diego, CA. Inspection and acceptance will occur at MSC PROGRAM MANAGEMENT CENTRALIZED AND SUPT STAFF NORFOLK, VA. Wide Area WorkFlow (WAWF) is required for payment and receiving reports.
Submission & Evaluation
Offers are due by April 29, 2026, at 2:00 PM ET. 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 (LPTA) quoter. Technical evaluation requires that quoted parts meet all solicitation requirements, including required parts, delivery dates, and terms and conditions. The quote must explicitly state that all technical requirements can be met. Price reasonableness will also be assessed. Vendors are advised not to include their standard commercial terms and conditions, as this may lead to rejection.
Points of Contact
- Primary: DARIUS SWIFT (DARIUS.SWIFT.CIV@US.NAVY.MIL)
- Secondary: James Parker (james.l.parker2.civ@us.navy.mil)