This government Purchase Description outlines the requirements for replacing two CL2002 Liquid Ring Vacuum Pumps in Building 642 at Robins Air Force Base, Georgia. The contractor must provide one new and one remanufactured pump, along with all necessary tools, parts, materials, labor, equipment, and transportation. Key specifications for the pumps include a capacity of 1400 ACFM, 20"HgV suction pressure, and operation within specific temperature ranges. The contractor is also responsible for providing comprehensive documentation, a two-year warranty, and adhering to strict security, supply chain risk management, and affirmative procurement regulations. Delivery is required within 2-4 weeks ARO to Matthew Mason at 235 Robins Parkway, Bldg 321, Warehouse. All payment requests and receiving reports must be submitted electronically via the PIEE system (WAWF).
The document is a Single Source Justification for the acquisition of Gardner Denver Nash CL2002 brand pumps, as existing infrastructure requires this specific brand for compatibility. The recommendation is to award the contract to the OEM representative, E.W. Klein & Company, or authorized resellers. Market research conducted through DSBS and SAM.Gov using NAICS Code 333912 and keywords like “Liquid Ring Vacuum Pump” found only one suitable small business. Gardner Denver Nash, LLC is the OEM, with E.W. Klein & Company acting as their authorized regional representative for bids and field services. Efforts to preclude future single-source awards will involve frequent market scanning.
This government file, FA857126Q0037, outlines various mandatory clauses and provisions for federal contracts, focusing on compliance, ethical conduct, and supply chain integrity. Key clauses include requirements related to former DoD officials' compensation, whistleblower rights, safeguarding defense information, and prohibitions on certain telecommunications equipment and services (e.g., those from Huawei, ZTE, Kaspersky Lab, or the Xinjiang Uyghur Autonomous Region). It also details unique item identification and valuation procedures, Buy American and Balance of Payments program certifications, and Wide Area WorkFlow (WAWF) payment instructions. Additional provisions address ownership and control of offerors, predecessor information, and a comprehensive list of FAR clauses related to commercial products and services, covering topics like small business programs, labor standards, environmental protection, and trade agreements. The document emphasizes the importance of adherence to these regulations for contractors doing business with the Department of Defense.
This document is a combined synopsis/solicitation (FA857126Q0037) from the Department of the Air Force, Air Force Sustainment Center (AFSC) at Robins AFB, GA. It outlines a requirement to purchase new and remanufactured CL2002 Liquid Ring Vacuum Pumps. This acquisition is a Request for Quote (RFQ), set aside for 100% small businesses, with a NAICS code of 333912. All products must comply with the Buy American Act or Trade Agreements. Quotes are due by January 12, 2026, 2 PM EST, with an anticipated award date of January 16, 2026. A Firm Fixed Price (FFP) award will be made to the lowest-priced, responsible offeror. Offerors must provide financial documentation demonstrating their capability to perform the contract. Deliveries are required 30 calendar days after receipt of the order, with a period of performance from February 2, 2026, to March 2, 2026. The solicitation includes CLINs for new and remanufactured pumps and associated data.