Rebuild Lufkin Dredge Pump Gearbox
ID: W912PM25Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

Fluid Power Pump and Motor Manufacturing (333996)

PSC

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

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small businesses to provide services for the rebuilding of a LUFKIN Model SF800D Dredge Pump Gearbox as part of a combined synopsis/solicitation. The contractor will be responsible for furnishing all labor, materials, and services necessary to complete the rebuild, which is critical for maintaining operational efficiency in dredging operations. This procurement is set aside exclusively for small businesses under NAICS Code 333996, with a size standard of 1,250 employees, and emphasizes compliance with federal regulations throughout the bidding process. Interested parties must submit both a price quote and a technical proposal via email by November 11, 2024, at 3:00 P.M. Eastern Time, to the designated contacts, Rosalind M. Shoemaker and Sonny Smith.

    Files
    Title
    Posted
    The document primarily outlines technical specifications and modifications related to Lufkin Industries’ gear model SF800D, specifically for a customer project involving a mobile pulley installation. Key details include the service rating, lubrication oil requirements, and operational parameters such as input RPM and horsepower ratings. The document also notes a recent revision to the parts list, acknowledging the deletion and addition of specific items, as well as changes in quantities. The installation is set for a site in Mobile, Alabama, to be driven by an electric motor with a pump as the driven equipment. The content reflects proprietary information intended for authorized use, emphasizing the importance of confidentiality. Overall, this document is integral to the execution of a government-related project, indicating compliance with engineering standards and detailed planning for installation, which aligns with procedures outlined in federal RFPs and grants.
    The document outlines specifications and maintenance requirements for equipment designed by Lufkin Industries, Inc., focusing on an oil/water cooler model (EK-512-1) and accompanying components, such as pumps and valves. Key specifications include the operational rating, lubrication requirements, and maintenance guidelines, emphasizing optimal operating conditions and alert systems for temperature regulation. The equipment requires a specific lube oil viscosity based on varying operating temperatures, alongside detailed maintenance procedures for efficient operation. Critical notes guide installation and servicing, highlighting tolerances for manufacturing components, and indicating weight limits for maintenance handling. The meticulous detailing underscores compliance needs and operational efficiency crucial for potential government contracts or grants, aligning with federal and local RFP standards. This documentation serves as a technical directive, ensuring proper usage and maintenance of Lufkin's machinery, thereby facilitating reliability and safety in governmental applications.
    The document outlines a Request for Proposal (RFP) from the U.S. Army Corps of Engineers, identified by Solicitation Number W912PM25Q0001, issued on October 28, 2024. The bid submission deadline is November 11, 2024. This RFP is set aside for small businesses classified under NAICS Code 333996, with a size standard of 1,250 employees. Offerors are required to send both a price and a technical quote via email, with specific details provided about questions and submissions. The contract includes three main job requirements: opening and inspecting a LUFKIN SF800D, rebuilding the same model, and managing freight, all following the Statement of Work (SOW). Delivery is expected within 90 days after award to a specified location in Wilmington, NC. The document incorporates clauses from the Federal Acquisition Regulation (FAR) concerning various legal and procedural requirements, including prohibitions on using certain telecommunications equipment, certifications regarding business structure, and ethical compliance. The award will be based on the lowest price technically acceptable offer. Overall, this solicitation emphasizes the government’s aim to fulfill operational needs while adhering to regulations and supporting small businesses through a structured bidding process.
    The document is a Condition Found Report by the U.S. Army Corps of Engineers, Norfolk District, focusing on inspections of floating plant equipment within the Navigation Support and Survey Section. It outlines the inspection process and reporting requirements, including details on the system inspected, findings, and necessary repair services. Key sections include specifics such as the date of inspection, company information, labor hours, costs, and repair recommendations. Furthermore, the report emphasizes the need for a detailed service cost estimate encompassing parts, labor, travel, and freight. This structured approach ensures accurate tracking and assessment of maintenance activities for floating plant operations, serving as a critical component in managing government resources efficiently in alignment with federal guidelines and standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    3389 LCHD-ESS Special Notice - Draft Specification
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    FY26 DOUBLE BAYOU MAINTENANCE DREDGING
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Galveston District, is soliciting bids for the FY26 Double Bayou Maintenance Dredging project, which is a total small business set-aside opportunity. The primary objective of this procurement is to conduct maintenance dredging in Chambers County, Texas, ensuring the navigability and functionality of the dredging facilities. This project is critical for maintaining waterway access and supporting local infrastructure, which is vital for both commercial and recreational activities in the area. Interested small businesses should reach out to Sarah Eisele at Sarah.M.Eisele@usace.army.mil or call 409-766-3036 for further details regarding the solicitation process.
    FY26 San Francisco District Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis/Request for Information (RFI) to identify potential sources for maintenance dredging services in various locations, including the San Joaquin River, Sacramento River, Oakland Harbor, and Richmond Harbor. The procurement aims to gather market research data to support future Invitation For Bids (IFB) contracts for dredging projects, with a focus on identifying qualified small businesses, including those that are HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, Certified 8(a), and Women-Owned. Interested parties are encouraged to submit their capabilities, experience, and relevant project examples by December 14, 2025, to the designated contacts, Logan Champlin and Mary Fronck, via email. The anticipated solicitation issuance dates for these projects are expected to range from April to July 2026, with a small business size standard set at $37 million under NAICS code 237990.
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a Centrifugal Pump Unit, classified under the NAICS code 333914. This contract requires the manufacture and quality assurance of the pump unit, which is critical for various military applications, ensuring reliable performance in demanding environments. Interested vendors must adhere to specific inspection and acceptance criteria, and all quotes must include a surplus material certificate if applicable. For further inquiries, potential bidders can contact James Fleniken at 614-693-0847 or via email at JAMES.FLENIKEN@DLA.MIL. The solicitation emphasizes a total small business set-aside, encouraging participation from small enterprises.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    FY25 IDIQ Hopper Dredge Rental
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the FY25 IDIQ Hopper Dredge Rental project, which involves dredging operations for the Mobile District Navigation Projects across Alabama, Mississippi, and Florida. Contractors will be required to provide the necessary equipment, materials, supplies, and manpower to fulfill the dredging requirements, with an estimated project cost ranging from $25 million to $100 million. This opportunity is open on an unrestricted basis, with a size standard for small businesses set at $37 million in average annual receipts over the past three years. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents, which are expected to be available around September 5, 2025. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 251-441-6500.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge for the Mississippi River, specifically in the New Orleans Harbor and adjacent lock forebays of the Gulf Intracoastal Waterway. The contract aims to enhance dredging capabilities in these critical waterways, with an estimated construction value ranging between $5 million and $10 million. This procurement is vital for maintaining navigability and safety in the region's waterways, ensuring efficient transport and commerce. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil, with the solicitation documents available on Sam.gov.