Brand Name or Equal to Fybroc 1600 Pump Assembly, Power frame, Motor, Parts, and Installation
ID: 1333MG-25-Q-0093Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Fluid Power Pump and Motor Manufacturing (333996)

PSC

CENTRIFUGALS, SEPARATORS, AND PRESSURE AND VACUUM FILTERS (4330)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations for the procurement of two new Fybroc 1600 pump assemblies, motors, and installation services for the Hollings Marine Laboratory in Charleston, SC. The requirement emphasizes the need for self-priming pumps to replace malfunctioning equipment that is critical for maintaining the seawater system essential for marine life support. This procurement is part of a total small business set-aside under NAICS code 333996, with a completion deadline for installation set for November 14, 2025. Interested contractors must submit their technical and pricing quotes electronically by 11:00 AM EST on August 5, 2025, to the Contracting Officer, Scott Beliveau, at scott.beliveau@noaa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the acquisition of two new Fybroc pump assemblies, motors, and parts for the seawater system at the Hollings Marine Lab. This system is vital for maintaining the life support of various marine species utilized by NOAA and partner institutions. The current pumps have suffered significant damage, resulting in insufficient operational capacity and lack of backups. The RFP specifies the requirements for the new installations, including the model specifications, material standards, and installation procedures. It mandates the contractor to possess at least five years of relevant experience, ensure proper system functionality post-installation, and provide warranties for parts and labor. The project’s completion deadline is set for November 14, 2025. This RFP underscores the critical need for reliable equipment in marine research environments, emphasizing the importance of operational readiness in supporting biological studies. The designated government point of contact is Richard Sparkman at NOAA.
    The Hollings Marine Lab seeks to procure two new Fybroc pump assemblies, motors, and installation services to replace malfunctioning equipment crucial for sustaining marine life supported by NOAA and partner institutions. The existing seawater system relies on Fybroc fiberglass self-priming centrifugal pumps, but two of the original four pumps have failed, leaving the operation compromised. The new pumps will consist of specific models that meet technical requirements for efficiency and compatibility with the seawater environment. Contractors must demonstrate a minimum of five years of relevant installation experience and guarantee the correct functionality of the equipment post-installation. A site visit is encouraged to understand existing conditions, with a completion deadline set for November 14, 2025. The document outlines detailed specifications including pump configurations, material requirements, and essential installation considerations related to mechanical and electrical components, including alignment and safety protocols. Additionally, potential unforeseen issues like piping corrosion and control signal compatibility are addressed to ensure comprehensive project execution and regulatory compliance. This request reflects a critical investment in infrastructure, vital for maintaining environmental and wildlife sustainability.
    The National Oceanic and Atmospheric Administration (NOAA) is transitioning to the Invoice Processing Platform (IPP), an electronic invoicing system effective October 1, 2023. This system, provided by the U.S. Department of the Treasury, allows contractors to submit payment requests securely and at no cost. Existing users of the IPP do not need to re-register, while new users will receive registration instructions via email. Upon enrollment, contractors must log in with an initial User ID and temporary password. Training resources, including tutorials and monthly webinars, are available on the IPP.gov website to assist users in navigating the system. Support can also be accessed through a dedicated customer support team via phone or email. This transition aims to streamline contractor payments and enhance efficiency in handling federal grants and contracts.
    The document is an amendment to a solicitation regarding federal contracting procedures, specifically Amendment 19-0001 to Solicitation Number 1333MG25Q0091, issued by NOAA/NCCOS. The primary purpose of this amendment is to provide clarifications and answers to questions regarding the original contract specifications, which previously included inconsistencies. Notably, the amendment highlights corrections made to the Statement of Need, ensuring clarity in requirements for potential contractors. The document outlines essential steps for contractors to acknowledge receipt of the amendment, emphasizing that failure to do so by the specified deadline may lead to rejection of offers. It retains the fundamental terms of the original solicitation, with all other conditions remaining unchanged. By addressing specific queries and revising the Statement of Need, this amendment aims to streamline the bidding process and ensure that all parties fully understand the requirements and expectations, thereby facilitating a smoother contract award process. This demonstrates the government's commitment to transparency and effective communication in its procurement processes.
    The document addresses a query related to an RFP concerning the specifications for pumps required. There was confusion in the statement of need, which initially mentioned a need for self-priming pumps but later specified "NOT Self Priming." The response clarifies that the required pumps must indeed be self-priming, resolving the inconsistency in the specifications. This clarification is essential for potential contractors to ensure they deliver the correct equipment in accordance with the project requirements. The document underscores the importance of precision in procurement documentation to prevent misunderstandings that could impact project execution.
    This document is Amendment 0002 to Solicitation Number 1333MG25Q0091 issued by NOAA/NCCOS, which involves modifications to a contract related to the installation of pumps. The amendment includes responses to questions from bidders, additional information on the project's scope, reference images of the pumps, a schematic, and the installation manual for the Fybroc 1600. A significant change is the extension of the deadline for receiving quotations to 11:00 AM EST on August 5, 2025. Bidders must acknowledge receipt of this amendment to ensure their offers are considered and to facilitate any changes to previously submitted quotations. The document underscores the importance of clarity and compliance in RFP processes, aiming to provide potential contractors with necessary updates and instructions for submitting proposals.
    The document outlines a Request for Proposals (RFP) concerning the installation of self-priming pumps at a specific site. Key inquiries addressed include clarification that the required pumps must indeed be self-priming despite any contradictory language. Detailed installation specifications are included in an attached amendment, and the site for the installation encompasses two outdoor locations, identified as Main Seawater Pumps #1 and #2, which have sufficient space as per the provided visuals. The contractor's scope must include both mechanical and electrical installation services. Additionally, an on-site walkthrough for bidders is proposed to facilitate a better understanding of the installation requirements and conditions. This project is indicative of government undertakings to enhance infrastructure and ensure compliance with operational standards while providing potential vendors with clear and necessary information for bidding.
    The installation manual for the Fybroc® series 1600 horizontal pumps details essential procedures for setup, operation, and maintenance. The document outlines steps for ordering replacement parts, installation instructions, and warranty terms, emphasizing the importance of proper handling and alignment to prevent damage. Key topics include the foundation setup, piping connections, electrical connections, and alignment checks that are crucial for efficient pump operation. It also provides maintenance guidelines, detailing lubrication practices and troubleshooting advice for common operational issues. The manual discusses the importance of ensuring the pump is correctly primed and that mechanical seals are properly flushed to avoid failures. The comprehensive instructions aim to optimize the pump's performance while adhering to safety measures as stipulated by Fybroc. This manual serves as a vital resource for ensuring compliance with installation standards, ultimately supporting the effective use of federal and local infrastructural projects that require reliable pumping solutions.
    This document serves as a reference example within the federal government's request for proposals (RFPs) and grants framework. While it lacks specific content, it likely outlines procedures, guidelines, or expectations related to the issuance of RFPs or grants at federal, state, and local levels. The main purpose of such documents would be to provide clarity and structure for entities seeking funding or partnerships with government agencies. Key aspects that might typically be detailed include eligibility requirements, submission deadlines, evaluation criteria, and funding limits, all aimed at facilitating a transparent and competitive application process. Such frameworks encourage innovation and strategic alignment with government objectives, ultimately fostering community development and public service improvements. The absence of detailed information in this file suggests it is primarily illustrative, intended to showcase format rather than provide substantive content.
    The document outlines a Request for Quotation (RFQ) for the acquisition of two new Fybroc pump assemblies and associated parts, as part of a total small business set-aside under NAICS code 333996. The solicitation focuses on providing new equipment essential for the seawater system at the NOAA Hollings Marine Laboratory, which is vital for the life support of marine species. The current operational pumps are failing, necessitating the purchase to maintain system integrity and backup capabilities. Quotes must be submitted electronically by July 29, 2025, evaluated based on technical specifications, past performance, and pricing. Key technical specifications include self-priming capabilities, corrosion resistance, and specific motor requirements. The contractor must have at least five years of relevant experience, provide installation, and warranty services upon completion. Compliance with the Buy American Act is mandatory, and the project must adhere to the federal acquisition regulations. Delivery and installation are expected by November 14, 2025, aligning with NSF guidelines for the environment and safety regulations.
    The document outlines specifications for a seawater piping installation project associated with the MEHRL Building and SCDNR Laboratory in Atlanta, Georgia. Key directives include routing piping above a concrete steam trench with a required soil cover, connecting to existing seawater systems, and ensuring watertight wall penetrations. The installation focuses on various pipe sizes, particularly connections involving 80 mm and 200 mm seawater and domestic cold water lines. Moreover, safety measures and structural drawings are referenced for support spacing and watertight sealing at the settling tanks and other critical locations. Additional requirements include the installation of cleanouts at set intervals and future provisions for expansion. The document emphasizes adherence to civil specifications and the coordination of work to minimize disruption while integrating the new system into existing infrastructure. The overall objective showcases a federal initiative aimed at enhancing seawater management capabilities, emphasizing compliance with established engineering standards and safety protocols, indicative of standard practices within government RFPs and grant proposals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    43--PUMP,CENTRIFUGAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of centrifugal pumps, specifically NSN 4320011116807, under a total small business set-aside. The requirement includes the delivery of 12 units for Line 0001 and 38 units for Line 0002 to DLA Distribution Albany, with a delivery timeline of 147 days after order (ADO). These pumps are critical components used in various military applications, and the procurement is based on source-controlled drawings, with an approved source identified as 76122 38461. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation details can be accessed through the DLA's electronic platform, with no hard copies available.
    Brand Name; Pump, Axial Pistons
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of six brand-name Axial Piston Pumps, as part of a combined synopsis/solicitation. The requirement includes opening, inspecting, reporting, and potentially overhauling the specified pumps, which are critical for various operational applications within the Coast Guard's logistics framework. Interested vendors must ensure compliance with strict packaging and marking requirements, as well as provide a firm fixed price for the services, with delivery to be made to the Coast Guard's facility in Baltimore, MD. Quotations are due by December 18, 2024, at 11:00 AM EST, and should be submitted via email to Chad Ball at chad.a.ball@uscg.mil.
    PUMP,CENTRIFUGAL
    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 of centrifugal pumps. The procurement aims to ensure the operational readiness of these pumps, which are critical components in various military applications, by establishing a Repair Turnaround Time (RTAT) of 285 days. This solicitation emphasizes the importance of compliance with quality assurance standards and requires that all repairs meet specific operational and functional requirements as outlined in the contract. Interested contractors should submit their quotes, including pricing and RTAT, by the extended deadline of December 3, 2025, and can direct inquiries to Alison Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 771-229-0456.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    43--PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the Centrifugal Pump (NSN 4320-01-236-1232). This solicitation is a Total Small Business Set-Aside, aimed at sourcing fluid power pump and motor manufacturing products, which are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is set for 154 days after order acknowledgment. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    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.
    TANK EXPANSION and PUMP,FUEL,METERING AND DISTR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of tank expansion and fuel metering and distribution pumps, primarily from Cummins Inc. The requirement includes 20 units of tank expansion components and 10 fuel metering and distribution pumps, both of which must be individually packaged according to strict military standards to prevent damage during transport. These components are critical for the operation of the Coast Guard's 154' Fast Response Cutters, ensuring reliable fuel management and operational readiness. Interested vendors must submit their quotations by December 16, 2025, at 9:00 AM EST, and can direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil. All bidders must be registered in the System for Award Management (SAM) and provide their Tax Information Number (TIN) with their offers.
    PUMP,CENTRIFUGAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of centrifugal pumps, classified under the NAICS code 333914. The contract requires the manufacture and supply of these pumps, which are critical for various military applications, ensuring operational efficiency and reliability in fluid management systems. Interested vendors must comply with specific quality assurance and inspection requirements, and all quotes must include a surplus material certificate if applicable. For further inquiries, potential bidders can contact Brittany Dennison at 614-693-0238 or via email at BRITTANY.DENNISON@DLA.MIL, with proposals due by the specified deadline.
    29--PUMP,FUEL,METERING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 18 units of the PUMP, FUEL, METERING (NSN 2910015573314). This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of two. The pumps are critical components for fuel management systems, ensuring efficient operation in various military applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.