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
  1. 1
    Posted Oct 28, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 31, 2024, 12:00 AM UTC
  3. 3
    Due Nov 11, 2024, 8:00 PM UTC
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.

Point(s) of Contact
Files
Title
Posted
Oct 31, 2024, 2:51 PM UTC
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.
Oct 31, 2024, 2:51 PM UTC
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.
Oct 31, 2024, 2:51 PM UTC
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.
Oct 31, 2024, 2:51 PM UTC
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
Dewatering Pump, Control Panel, Discharge Pipe & Fittings
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) - Nashville District, is seeking proposals from qualified small businesses for the procurement and delivery of dewatering pumps, control panels, discharge pipes, and fittings. This Total Small Business Set-Aside contract aims to fulfill the needs of the Cumberland River Operation Center in Old Hickory, Tennessee, with a completion deadline set for September 30, 2025. The selected contractor will be awarded a Firm-Fixed Price supply contract, with evaluations based on the lowest price for compliant offers that meet the specified technical requirements. Interested parties must submit their quotes by May 8, 2025, and direct any inquiries to Bradley Eiras at bradley.m.eiras@usace.army.mil or by phone at 615-736-7917.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Buyer not available
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.
CIRCOR NO.1 DFM STRIPPING PUMP (ROTARY)
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is seeking qualified sources for the procurement of two CIRCOR NO. 1 DFM Stripping Pumps (Rotary), Model: S133-66.6FGEM060. This Sources Sought notice aims to identify businesses capable of supplying these pumps in accordance with specified requirements, with the potential for a Firm Fixed Price contract under NAICS code 336611, which pertains to Ship Building and Repairing. The pumps are critical for naval operations, and responses will help determine whether the procurement will be set aside for small businesses or open to full competition. Interested parties must submit their capabilities statements by 10:00 A.M. (EDT) on April 23, 2025, to Nicole Eygnor at nicole.m.eygnor.civ@us.navy.mil, ensuring submissions do not exceed ten pages in 12pt font size.
Landing Barge
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of a landing barge under solicitation number W912EQ25BA001. The contract requires the successful bidder to furnish all necessary materials, equipment, labor, and transportation to construct the barge in accordance with provided specifications and drawings. This procurement is critical for supporting military operations and logistics, as landing barges are essential for transporting personnel and equipment to shore. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with a bid guarantee and performance bond requirement reduced to 20%. For inquiries, bidders may contact Ms. Alexandria Duckett at alexandria.d.duckett@usace.army.mil or by phone at 901-544-3614.
IDIQ 24 Inch Cutterhead Pipeline Dredge Rental
Buyer not available
The Department of Defense, specifically the Department of the Army through the W074 Endist Mobile office, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the rental of a 24 Inch Cutterhead Pipeline Dredge, along with attendant plant and operators, for maintenance dredging of navigation projects in Alabama, Mississippi, and Florida. This procurement aims to support ongoing maintenance dredging efforts essential for ensuring navigable waterways in the Mobile District. The contract will facilitate the timely and efficient execution of dredging operations, which are critical for maintaining the functionality of navigation channels. Interested parties can reach out to Terri Adams at terri.m.adams@usace.army.mil or by phone at 850-207-0143, or Jillian Saffle at jillian.e.saffle@usace.army.mil or 251-441-5584 for further details.
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
Lewes and Rehoboth Canal Maintenance Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Lewes and Rehoboth Canal Maintenance Dredging Project in Delaware. This project involves the maintenance dredging of approximately 90,000 cubic yards of sediment from the canal, with the potential for additional dredging options, aimed at ensuring navigational safety and environmental compliance. The contract, valued between $10 million and $25 million, is set aside for small businesses and requires completion within 365 calendar days from the notice to proceed, with a pre-bid site visit scheduled for April 8, 2025. Interested bidders must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) by the extended deadline of May 5, 2025, and can contact Molly Gallagher at molly.gallagher@usace.army.mil for further inquiries.
PUMP,ROTARY
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide rotary pumps under a combined synopsis/solicitation. The procurement requires the delivery of eight rotary pumps, with strict adherence to quality assurance, packing, and delivery specifications, as substitutes are not permitted due to the lack of proprietary data. These pumps are critical for maintaining operational readiness and efficiency in maritime operations. Interested small businesses must submit their quotes by May 1, 2025, with delivery expected by September 28, 2025. For further inquiries, vendors can contact Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil.
MNA Spillgate Repair Pit Work Platform
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking contractors for the procurement of a new Spillgate Repair Pit Work Platform as part of project W912EF25Q011. The contractor will be responsible for providing the platform along with complete operation and maintenance manuals that adhere to the technical specifications, which will be detailed in the forthcoming solicitation. This equipment is crucial for maintenance operations related to spillgate systems, ensuring operational efficiency and safety. Interested small businesses are encouraged to reach out to Chandra D. Crow at chandra.d.crow@usace.army.mil or by phone at 509-527-7202 for further information, as no solicitation is currently available.
3573 HAYWARD Drydock
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," focusing on comprehensive repair services including drydocking, hull cleaning, painting, and compliance inspections. The contract requires the contractor to provide all necessary labor, materials, and equipment to ensure the vessel meets operational and regulatory standards, with a performance period of 30 days from the vessel's delivery to the contractor's facility. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in environmental management and navigation safety. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Matthew Rhoads or Domenic Sestito via their provided email addresses, with the solicitation documents available exclusively on SAM.gov.