Replace 2 Beck & Kuffel Gould’s vertical immersion
ID: 1333MK26Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Measuring, Dispensing, and Other Pumping Equipment Manufacturing (333914)

PSC

POWER AND HAND PUMPS (4320)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified vendors to provide two Beckwith & Kuffel Goulds Model 3171 vertical immersion pumps for the NOAA Ship Fairweather. The procurement aims to acquire these pumps, which are critical for the vessel's aft grey water tanks, to ensure operational readiness and prevent delays in case of pump failure. This acquisition is justified as a single source due to the need for compatibility with existing systems on the ship, emphasizing the importance of maintaining operational integrity and safety. Quotes are due by January 2, 2026, at 4:00 PM PST, and interested parties must register in SAM.gov and submit their past performance questionnaires to Isaac Bright at isaac.bright@noaa.gov by the same deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The NOAA Ship Fairweather requires the acquisition of two duplicate Goulds model 3171 vertical sump pumps for its aft grey water tanks. These pumps, with different overall lengths (32” OAL and 40” OAL), are needed to prevent prolonged sailing delays in case of a casualty to the currently installed pumps. The objective is to retain these spare pumps onboard for immediate replacement. The delivery location for these pumps is the NOAA Ship Fairweather at 1010 Stedman Street, Ketchikan, AK 99901, addressed to XO - Steven Wall.
    This document is a Single Source Determination using Simplified Acquisition Procedures for the NOAA Ship Fairweather. The purpose is to acquire two Beck & Kuffel Gould vertical immersion grey water pumps. This acquisition is justified as a single source due to compatibility requirements; the vessel exclusively operates Beck & Kuffel Gould pumps, and the new units must be drop-in replacements to maintain existing components, electrical configurations, pipework, and automation systems without modification. This is essential for the vessel's operation and to protect life and property. The estimated value is not explicitly stated, but the procurement is under the Simplified Acquisition Threshold.
    The Past Performance Questionnaire (Attachment 4) is a critical document for federal government solicitations, enabling the evaluation of a contractor's previous performance. It assesses various aspects through a standardized rating system, including Quality of Service, Schedule adherence, Cost Control, and Management effectiveness. For each category, performance is rated as Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory, with clear definitions provided for each adjectival rating. The questionnaire includes space for comments to elaborate on the ratings. This document facilitates informed source selection by requiring a thorough review of a contractor's past work, ensuring that potential contractors meet government requirements and standards. Completed questionnaires are to be sent to Isaac Bright at isaac.bright@noaa.gov by January 2, 2026, at 16:00 PST, under reference contract #1333MK26Q0011.
    This document is a Request for Quotation (RFQ) issued by the National Oceanic Atmospheric Administration (NOAA), Office of Marine & Aviation Operations (OMAO), Marine Operation Center (MOC), for the NOAA Ship Fairweather. The solicitation seeks two Goulds Model 3171 vertical pumps (one 32-inch OAL and one 40-inch OAL) with specific technical specifications. This is a brand name, total small business set-aside acquisition under NAICS code 333914 with a size standard of 750 employees. Quotes are due by January 2, 2026, at 4:00 PM PST and must include expected shipping costs to Ketchikan, AK. Evaluation will be based on technical acceptability/capability, past performance, specification sheet/authorized OEM letter, and price. Offerors must be registered in SAM.gov and provide their UEID/CAGE CODE with their quote. All questions must be submitted in writing by December 19, 2025, at 4:00 PM PST.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    open inspect and report PUMP,FUEL,METERING AND DISTRIB
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the overhaul and repair of fuel metering and distributing pumps, identified by stock number 2910-12-346-9715 and part number 51.11103-7600C. The procurement involves opening, inspecting, and reporting on the condition of 17 units, followed by necessary repairs to restore them to original specifications using genuine parts from MAN Nutzfahrzeuge AG. These pumps are critical components of the Coast Guard's diesel engine fuel systems, and the successful contractor will be required to submit a detailed condition report and cost proposal for approval before proceeding with repairs. Quotes are due by November 24, 2025, at 9 AM EDT, and interested parties should contact Eric Goldstein at Eric.I.Goldstein@uscg.mil for further information.
    GAUGE, PRESSURE PUMP UNI and CENTR WITH MOTOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of pressure gauges and centrifugal pump units with motors, essential for their potable water systems and reverse osmosis units. The requirements include 60 units of a specific pressure gauge manufactured by Parker-Hannifin Corp and 10 units of a centrifugal pump assembly, also from Parker-Hannifin, both of which must be packaged according to strict military standards to ensure safe delivery. These items are critical for maintaining operational efficiency in the Coast Guard's water purification systems. Interested vendors must submit their quotations by December 23, 2025, at 9:00 AM EST, and should contact Eric Goldstein at Eric.I.Goldstein@uscg.mil for further details.
    USS Kearsarge A/C Plant Salt Water Pumps
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command through the Mid-Atlantic Regional Maintenance Center, is seeking to procure four A/C Plant Salt Water Pumps to support the USS Kearsarge (LHD-3). These pumps are critical for the operational functionality of the ship's air conditioning system and must be delivered by September 15, 2023. Interested vendors can reach out to Cindy T. Sampson at cindy.t.sampson.civ@us.navy.mil or Elizabeth Marston at elizabeth.a.marston.civ@us.navy.mil for further details regarding this procurement opportunity.
    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.
    Notice of Intent - 43--PUMP,CENTRIFUGAL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is issuing a Notice of Intent for the procurement of 51 centrifugal pumps under the National Stock Number (NSN) 4320 014860356. This contract action will be negotiated with a single source, as permitted under FAR 6.302-1, and is not a request for competitive proposals; however, all interested parties may submit their capability statements within 45 days of the notice. The centrifugal pumps are critical components for various naval applications, and the government will consider responses to determine if a competitive procurement is warranted. For further inquiries, interested vendors can contact Alexander Craft at 717-605-4147 or via email at alexander.craft@navy.mil.
    43--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 manufacture of centrifugal pumps under the contract titled "43--PUMP,CENTRIFUGAL." This procurement aims to fulfill specific quality and design requirements for the pumps, which are critical components in various military applications. The solicitation window has been extended to January 16, 2026, and interested parties must submit their proposals via NECO or email to the primary contact, Nicole Diehl, at NICOLE.A.DIEHL.CIV@US.NAVY.MIL. The contract will be awarded based on compliance with specified requirements and quality assurance standards, with a focus on authorized distributors of the original manufacturer's items.
    Centrifugal Pump JOTFOC
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking procurement for a Centrifugal Pump under the Justification for Other Than Full and Open Competition (JOTFOC). This procurement aims to acquire power and hand pumps, which are critical for various operational needs within the Coast Guard. The successful contractor will be responsible for delivering the specified pumps, which play a vital role in ensuring the efficiency and reliability of maritime operations. Interested parties can reach out to Derek W. Lazaroff at derek.w.lazaroff2@uscg.mil for further details regarding this opportunity.
    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.
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the PUMP UNIT, CENTRIFUG, under a sole source Advanced Equipment Repair Program (AERP). Contractors are required to submit a Firm-Fixed Price (FFP) proposal that includes comprehensive costs associated with the repair of potentially damaged or incomplete units, along with specific metrics such as teardown and evaluation rates, repair turnaround times, and any capacity constraints. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment, with a requested repair turnaround time of 365 days. Interested parties must have a valid U.S. Security Clearance of CONFIDENTIAL or higher to respond, and proposals should be directed to Kathryn Shutt at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL or by phone at 717-605-2430.