X1100 Oil Pump Test Stand
ID: W911KF25Q0019Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of one X1100 Oil Pump Test Stand to be delivered to the Anniston Army Depot in Alabama. The primary objective of this procurement is to replace an existing test stand, ensuring it meets the operational requirements for final acceptance testing of X1100 Oil Pumps as outlined in the National Maintenance Work Requirements (NMWR). This equipment is crucial for maintaining the functionality and reliability of oil pumps used in military applications. Interested contractors must submit their proposals electronically by 10:00 AM on May 29, 2025, and are encouraged to contact Larry Stephney or Troy Gaddy for further information regarding the solicitation and requirements.

    Files
    Title
    Posted
    The document pertains to Microsoft Information Protection, emphasizing its use of encryption to secure sensitive information. Access issues arise when individuals are unauthorized or using unsupported PDF viewers, suggesting that appropriate access rights or software is required to view the document's content. It indicates that Microsoft prioritizes user privacy and provides contact information for obtaining further assistance. This document serves as a reminder of the importance of security measures in handling government-related information, particularly in the context of federal RFPs, grants, and state/local proposals where data protection is critical. The overarching theme is the necessity for secure handling of sensitive data within governmental processes, highlighting the role of Microsoft in facilitating such security measures.
    The government document outlines the Request for Proposal (RFP) for the design, manufacture, and installation of one X1100 Oil Pump Test Stand at Anniston Army Depot, Alabama. The test stand will replace an existing unit and must meet specific operational requirements per the National Maintenance Work Requirements (NMWR). The contractor is responsible for all aspects, including design, fabrication, delivery, installation, demonstrations, and training for ANAD personnel. Key specifications cover dimensions, utility requirements, materials, safety features, and performance benchmarks, including the use of corrosion-resistant materials and compliance with industry standards. The contractor must present project plans, concept and detailed designs for government approval, and be equipped to make any necessary adjustments based on operational needs. Responsibilities also extend to providing maintenance, documentation, and a warranty for at least one year post-acceptance. The overall goal is to ensure the new test stand functions effectively in testing oil pumps while maintaining safety, durability, and compliance with federal regulations. The document underscores the requirement for environmental compliance and energy efficiency throughout the creation and operation of the equipment.
    The document outlines the requirements for evidence of authority to sign offers on behalf of corporations or partnerships in response to federal and local RFPs. It emphasizes that individuals signing offers must have documented authority to bind their organizations, with specific provisions for sole proprietorships. Two certificates are provided: one for corporate officials certifying that an agent can represent and bind the corporation, and another for partnerships or unincorporated firms certifying authority for authorized members. These certificates must be completed and submitted with the offer to validate the signatory’s capacity to execute contracts, ensuring compliance with solicitation requirements. This documentation reinforces the legal legitimacy of the offers made in procurement processes, safeguarding the interests of the government and taxpayers.
    The document is a DD Form 1423, known as the Contract Data Requirements List (CDRL), primarily used by the Department of Defense to outline data item requirements in government contracts. It details various categories of data, such as Technical Data Packages (TDP) and Technical Manuals (TM), associated with a contract and specifies how contractors must deliver these items. The form includes essential sections for data item details, frequency of submission, and distribution instructions. Among the listed data items are an Operator Manual, Maintenance Manual, Calibration Manual, and Spare Parts List, each accompanied by relevant specifications and requirements for submission. The document instructs government personnel and contractors on how to fill out the form accurately and provides guidelines for associated estimates of costs for producing the required data. The emphasis is on clarity in the data requirements and procedural compliance, including the distribution of copies and approval processes. Overall, this form serves as a critical tool for ensuring that contractors deliver necessary documentation and data in a structured and government-compliant manner.
    The document is a Data Item Description (DID) related to a contract requirement for an X1100 Oil Pump Test Stand. It outlines the need for a comprehensive Operator Manual to be provided by the contractor, stipulating that four printed and four electronic copies must be delivered alongside the equipment. The identification number for the document is DI-TMSS-80527, and it is associated with the military performance standard MIL-PRF-32216. The approved collection of information, estimated to take about 110 hours per response, stresses the importance of addressing the public reporting burden while also notifying respondents of their rights concerning compliance with collection requests. This document serves as a formalized communication of the necessary deliverables related to the procurement of the test stand, ensuring the contractor understands their obligations under the contract. Overall, it exemplifies the procedural framework within government RFPs, highlighting attention to detailed operational documentation as part of equipment acquisition efforts.
    The document outlines a Request for Technical Literature for the X1100 Oil Pump Test Stand, detailing the requirements bidders must fulfill in their submissions. Bidder proposals must include previous descriptive literature highlighting compliance with specific technical criteria, including utility, dimensions, components, performance, construction, and delivery timelines. Each section of the literature must correspond to designated paragraphs in the solicitation to ensure responsiveness; bids lacking this detail face rejection. Statements indicating price or specification changes are prohibited in submitted literature, reinforcing the need for firm bids. Bidders must clarify the items proposed from product catalogs, marking relevant model numbers and page references, or risk non-responsiveness. The expected delivery timeline for this equipment is 360 days. This RFP reflects a structured approach to securing technical products in government procurement, ensuring quality and compliance through stringent documentation requirements.
    The Past Performance Questionnaire pertains to the solicitation for the X1100 Oil Pump Test Stand at Anniston Army Depot. It seeks evaluations of potential contractors’ previous work to guide source selection. Interested parties must fill out the questionnaire and submit it to the Contracting Director by the solicitation's close date, noting that submitted information is deemed sensitive and requires protection. Key components include contractor identification details, project specifics, and performance assessments across several criteria: customer satisfaction, adherence to schedules, technical performance, and overall assessment ratings, ranging from "Excellent" to "Poor." Each category requires a rating along with a brief narrative addressing compliance, actual performance, and issue resolution encountered during the contract's execution. The document underscores the federal government's focus on past performance as a critical factor in evaluating contractors for federal projects, aligning with the principles of accountability and quality assurance in public contracting processes. Overall, this questionnaire is a vital part of the evaluation framework for contractors bidding on government projects, ensuring that capable partners are selected to fulfill specified needs effectively.
    The document outlines an amendment to a federal solicitation and contract modification regarding an extension for the installation of the Advance Unit Test Stand for contractor EOS, Inc. Initially scheduled for April 30, 2025, the delivery date has been extended to October 31, 2025. All other terms and conditions of the original contract remain unchanged. The documentation specifies that the acknowledgment of the amendment is required from the contractor to avoid rejection of their offer, detailing the necessary steps for acknowledgment. The context underscores the government's procedural requirements within the framework of federal RFPs, ensuring compliance and proper documentation for contract modifications. The amendment reflects a response to a contractor request, highlighting flexibility in contract management while adhering to formal processes.
    The document outlines a federal Request for Proposal (RFP) W911KF25Q0019, issued on April 28, 2025, for the procurement of a X1100 Oil Pump Test Stand and associated training services. The offer responses are due by 10:00 AM on May 29, 2025. It specifies requirements for submission, including the necessity for electronic submission through the Procurement Integrated Enterprise Environment (PIEE) and registration in the System for Award Management (SAM). Key elements include contractor responsibilities for design, installation, and training, alongside strict compliance with federal regulations related to safety, security, and environmental management. The document emphasizes the importance of safety protocols, identification requirements for contractor employees, and adherence to specific insurance and payment terms. Additionally, the proposal mandates participation in site visits and requires contractors to submit past performance evaluations. The document serves as a foundational guideline for potential contractors, detailing their obligations to ensure compliance with various government standards while aiming to enhance operational efficiencies at the Anniston Army Depot. It encapsulates administrative, technical, and safety considerations essential for contract fulfillment in federal procurements.
    This document is an amendment to a solicitation dated April 28, 2025, pertaining to the contract W911KF25Q0019. The main purpose of this amendment is to cancel a scheduled site visit for potential contractors, originally set for May 14, 2025. All other terms and conditions of the referenced solicitation remain unchanged and in full effect. The amendment outlines the necessity for offerors to acknowledge receipt of the amendment prior to the specified deadline for offer submissions to avoid rejection. The document details contact information for the contracting office at the Anniston Army Depot and emphasizes compliance with Federal Acquisition Regulations. This amendment reflects the dynamic nature of federal solicitations and the importance of timely communications in the procurement process.
    This document is an amendment to cancel the solicitation W911KF25Q0019. The amendment retains all other terms and conditions of the original solicitation. The cancellation is set to redirect the requirement towards a new solicitation under a Commercial Solutions Opening (CSO), identified as W911KF-25-S-C001, which will be announced on the SAM.gov website. Contractors involved must acknowledge this amendment prior to the specified deadline for the original solicitation, or it could result in the rejection of offers. The document emphasizes that all unchanged terms and conditions of the original solicitation remain valid despite the amendment, reflecting standard practices in federal contracting processes. This amendment illustrates the government's ability to adapt its procurement strategies in response to evolving project requirements.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    B-1 Pump, Axial Pistons
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 75 units of new manufacture axial piston pumps, specifically NSN 4320-01-148-0387. This unrestricted acquisition, outlined in solicitation SPRTA1-26-R-0097, requires compliance with ISO 9001-2015 standards, and contractors must provide pricing for various quantity ranges while suggesting Economic Purchase Quantities. The pumps are critical components in aircraft engine systems, emphasizing the importance of domestic sourcing and supply chain security. Proposals are due by December 26, 2025, at 3:00 PM, and interested parties can contact Lori Lumsden at lori.lumsden.1@us.af.mil for further information.
    Automated Unattended Transformer Oil System (AUTOS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide one Automated Unattended Transformer Oil System (AUTOS) for use at the Anniston Army Depot in Alabama. The procurement aims to fulfill specific salient features outlined in the solicitation, which are critical for the maintenance and operation of transformer oil systems. This equipment is essential for ensuring the reliability and efficiency of electrical systems within military operations. Interested small businesses must submit any questions regarding this opportunity via email to the contract specialist, Katherine Fuller, by December 12, 2025, at 10 AM CST, with the procurement being set aside for total small business participation under FAR 19.5.
    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.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is soliciting quotes for the replacement of an outdated Dynapower pump and its associated servo/moog valve on the Mat Sinking Unit's Matboat 4801. The procurement requires the contractor to provide a functionally identical Dynapower motor, Model 880600 888168, compatible with the new servo/moog valve, with all replacements to be delivered to Vicksburg, MS, by January 9, 2026. This opportunity is a 100% Small Business Set-Aside under NAICS code 333996, and proposals will be evaluated based on capability and price, with the contract awarded to the lowest-priced, capable offer. Interested parties must submit their quotes electronically by December 31, 2025, at 11:00 AM, to Judy M. Huell at Judy.M.Huell@usace.army.mil, and ensure their offers remain valid for 60 days.
    Nuclear, Biological, and Chemical (NBC) Test Stand (TS)- Upgrade and Spare Parts
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the upgrade and provision of spare parts for the Nuclear, Biological, and Chemical (NBC) Test Stand located at the Anniston Army Depot in Alabama. The contractor will be responsible for installing an air compressor with specific operational features and providing various spare parts as detailed in the Statement of Work (SOW), while ensuring compliance with extensive safety and regulatory standards. This procurement is critical for maintaining the operational readiness of the NBC Test Stand, which plays a vital role in defense capabilities. Interested bidders must submit their proposals electronically by adhering to the outlined submission guidelines, with a delivery timeline of 180 days and a primary contact for inquiries being Zena Johnson at zena.s.johnson.civ@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.
    PUMP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of pumps under the solicitation titled "PUMP." The procurement aims to secure a reliable repair service with a required Repair Turnaround Time (RTAT) of 182 days, ensuring that the pumps meet operational and functional standards as specified in the contract. These pumps are critical components in various military applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT details, to Kristina L. Alexander at the provided email address by the specified deadline, with further inquiries directed to her office via telephone.
    49--TANK AND PUMP UNIT,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 16 units of the Tank and Pump Unit (NSN 4930015464129). This solicitation, categorized as a Combined Synopsis/Solicitation, requires delivery to DLA Distribution within 233 days after order. The Tank and Pump Unit is critical for various military applications, ensuring efficient operation in maintenance and repair environments. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Centrifugal Pump Unit. This contract requires the manufacture and supply of the pump unit, adhering to specific quality assurance and inspection standards as outlined in the solicitation. The centrifugal pump is critical for various military applications, ensuring reliable fluid transfer in defense operations. Interested vendors should direct inquiries to Alexander Davies via email at ALEXANDER.DAVIES@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.