Notice of Intent - Sole Source - AFD Governors Pump & Motor Remanufacture
ID: W912DW25Q17NPType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers - Seattle District, intends to issue a Firm-Fixed Price contract for the remanufacture and testing of a Woodward XX pump with a 60 HP Westinghouse motor for the Unit 3 governor system at Albeni Falls Dam in Idaho. The procurement involves comprehensive maintenance tasks, including disassembly, cleaning, replacement of parts, and testing to ensure compliance with original equipment manufacturer (OEM) specifications, with an estimated cost of $37,105. This pump is critical to the hydroelectric system's operation, and the urgency for repairs is underscored by the potential impact of pump failure on power generation. Interested parties must direct inquiries and responses to Brantley Dowell at brantley.w.dowell@usace.army.mil, as this is a sole source action and no solicitation will be posted.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Seattle District, has submitted a single source justification for the overhaul and in-shop testing of a Woodward XX pump with a 60 HP Westinghouse motor for the Unit 3 governor system at Albeni Falls Dam in Idaho. This contract involves comprehensive maintenance, including disassembling, cleaning, replacing parts, and testing to ensure the pump operates according to OEM specifications. Emerson Electric, the current owner of Woodward's proprietary designs, is deemed the only viable source due to their extensive experience and access to original engineering specifications. The estimated cost of the overhaul is $37,105. The necessity for prompt and precise repairs stems from the pump's critical role in the hydroelectric system. Substituting the existing pump would entail more significant costs and complexities, thus making the overhaul the most efficient and effective choice. This procurement is justified under FAR 13.106-1(b), allowing solicitation from a single source for purchases below the simplified acquisition threshold, and underscores the importance of adhering to OEM standards to ensure operational reliability.
    The Statement of Work (SOW) outlines the requirements for a Firm Fixed Price Supply contract to remanufacture and test a 60 HP Woodward XX Herringbone Gear Pump Assembly for the Albeni Falls Dam. The contractor is responsible for all personnel, equipment, and materials needed to perform comprehensive remanufacturing tasks, including disassembly, inspection, and assembly while adhering to OEM specifications. The pump is critical to the dam's operation, with current issues including gear wear and motor aging necessitating precise repairs to avoid failures. Performance expectations demand completion within ten weeks of receipt at the contractor’s facility, with testing to ensure the pump meets specific flow and pressure parameters. Only Emerson Electric, the owner of Woodward's original designs, is authorized to supply parts, ensuring that repairs meet stringent OEM standards. Proper handling and shipping to and from the dam are also required. The SOW emphasizes the importance of maintaining the pump's reliability, as any failure could significantly impact power generation at the hydroelectric facility.
    Lifecycle
    Similar Opportunities
    Pumping Assembly, Water
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking qualified small businesses to provide a Pumping Assembly, Water, under a presolicitation notice. The procurement involves a basic quantity of 18 units of the Water Pumping Assembly (125 GPM), identified by NSN 4320-01-700-3455 and Government Part Number M52109-2-2, with an option for an additional 18 units. This equipment is critical for military operations, adhering to specific military standards (MIL-PRF-52109J) and requiring First Article Test (FAT) compliance. Interested vendors should contact Donald Merkle at donald.merkle@dla.mil or call 586-335-8436 for further details, with the solicitation expected to be posted on SAM in approximately two weeks.
    Spare Transformers for the Lower Snake River Plants
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    43--PUMP,CENTRIFUGAL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of centrifugal pumps through a federal contract. The procurement aims to ensure the operational readiness of these pumps, which are critical components in various naval applications, by establishing a Repair Turnaround Time (RTAT) of 239 days and requiring Government Source Inspection (GSI). Interested contractors must provide a quote that includes unit price, total price, and their capacity to meet the RTAT, with the contract expected to be awarded bilaterally upon acceptance. For further inquiries, potential bidders can contact Alison Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    43--PUMPING UNIT,HYDRAU, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of hydraulic pumping units. The procurement aims to secure a firm-fixed-price contract for the repair of these units, with a required repair turnaround time of 206 days after receipt of the asset. These pumping units are critical for various military applications, ensuring operational readiness and efficiency. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    43--PUMP,CENTRIFUGAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure centrifugal pumps, specifically NSN 7H-4320-015416050-PP, with a quantity of four units required for delivery FOB origin. The procurement is limited to a single source, Carver Pump Co (CAGE 10941), as the government does not possess the necessary data rights for alternative suppliers, making reverse engineering uneconomical. These pumps are critical for various military applications, and interested parties have 45 days to express their interest and capability to meet the requirement, with proposals being considered for competitive procurement. For further inquiries, interested vendors can contact Sean McDonnell at SEAN.MCDONNELL@DLA.MIL.
    Pump, Hydraulic; NSN: 4320014322680
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Detroit Arsenal, is soliciting offers for a firm-fixed-price contract for hydraulic pumps, specifically identified by National Stock Number (NSN) 4320-01-432-2680, under a Total Small Business Set-Aside. The procurement requires the delivery of eight hydraulic pumps, adhering to military packaging standards, with inspections and acceptance occurring at the origin. This solicitation emphasizes the importance of compliance with export control regulations, necessitating Joint Certification Program (JCP) certification for access to the Technical Data Package (TDP), which is subject to strict handling protocols for Controlled Unclassified Information (CUI). Interested parties must submit their offers via email to Contract Specialist Heather Mierendorf at heather.r.mierendorf.civ@army.mil, and should regularly check for any amendments to the solicitation, with a review date for the TDP set for July 2, 2025.
    43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of a Centrifugal Pump Unit. The contract requires that the repair work meets specific operational and functional requirements, adhering to the contractor's established repair standards and practices. This procurement is critical for maintaining the operational readiness of naval equipment, ensuring that the pump units function effectively in various applications. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Alison Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL.