MFT 25-103 Ultra High Pressure Water Pump
ID: FA442725Q1087Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Automobile and Light Duty Motor Vehicle Manufacturing (336110)

PSC

FIRE FIGHTING EQUIPMENT (4210)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an Ultra High Pressure Water Pump, designated as a CPT-4UHP, for the 60th Civil Engineer Squadron Fire Department at Travis Air Force Base. This requirement is critical for the operation of the P-34 Rapid Intervention Vehicle, which has been inoperable since December 2024, thereby impacting the fire department's ability to respond to flightline incidents effectively. The selected contractor must deliver the specified pump within eight weeks of contract award, adhering to a total small business set-aside as per FAR 19.5. Interested vendors should submit their quotes by August 11, 2025, and can contact SrA Socrates Rosimo at socrates.rosimo.1@us.af.mil or 707-424-7727 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the replacement of a specific ultra-high-pressure water pump required for the P-34 Rapid Intervention Vehicle (AF11C00341) operated by the 60th Civil Engineer Squadron Fire Department (60 CES/FIRE) at Travis Air Force Base. The vehicle, crucial for rapid response to flightline incidents, has been inoperable since December 2, 2024, hindering the fire department's operational capabilities. The RFP specifies that the contractor must provide one CPT-4UHP water pump with a designated serial number, ensuring delivery within eight weeks of contract award. It emphasizes that this is a Brand Name Only requirement. The designated delivery point is clearly outlined, including contact information for TSgt Bradley Wells at 60 LRS/LGRV, Travis AFB. The urgency for this procurement is stated, highlighting the necessity of the equipment for maintaining safety during flightline operations.
    The TAFB Security Requirements document outlines the security protocols for contractors accessing Travis Air Force Base (AFB), which is a closed installation. Contractors must undergo identity proofing and vetting unless they have a valid government security clearance. Acceptable forms of identification include U.S. passports, driver's licenses, and employment authorization documents, while additional identification may be required during heightened security conditions. Contractors face strict disqualifying criteria for base access, including past terrorist affiliations, criminal convictions, and inability to verify identity. The primary contractor is responsible for managing contractor compliance with these security measures and must notify the relevant authorities of employee status changes. Entry passes for contractors are to be obtained through an Entry Authority List submitted 45 days prior to contract commencement, valid for up to one year. During various Force Protection Conditions, access protocols may change, requiring sponsorship or physical escorting of contractors. Additionally, contractors must adhere to regulations regarding the handling of controlled unclassified information and complete mandatory training programs. This document serves as a critical guideline to ensure security and protect sensitive areas of the airbase, reflecting the importance of contractor vetting in federal operations and compliance with government regulations.
    The document addresses a Single Source Justification under the Simplified Acquisition Procedures, confirming that only one vendor is considered suitable for the contract as per FAR 13.106-1(b)(1). This determination was officially made on June 12, 2025. The justification highlights the circumstances surrounding the contract action, indicating a lack of viable alternatives to the chosen source. This is relevant within the context of government procurement, where justifications for single-source contracts are necessary to maintain compliance with federal acquisition regulations, ensuring transparency and fairness in the process. The succinct notation underlines the key regulatory framework guiding such decisions, essential for federal grants and local/state procurement solicitations.
    The 60th Contracting Squadron at Travis Air Force Base is seeking quotes for a Firm Fixed Price contract to provide an ultra-high pressure water pump (RFQ FA4427-25-Q-1087). The solicitation invites 100% small business proposals, adhering to specific Federal Acquisition Regulations (FAR). Responses are due by August 11, 2025, at noon PST. The document details required vendor information, including socio-economic statuses, point of contact details, and obligations for compliance with numerous Federal clauses, handling procedures, and security requirements associated with the government contracting process. The evaluation criteria prioritize the technical capability of the proposed item against the Statement of Need and the total price submitted. The Government retains the right to cancel the solicitation at any point without reimbursement obligations. Active registration in the System for Award Management (SAM) is essential for vendors intending to participate. This solicitation underscores the government's ongoing practices in procurement, focusing on small businesses and ensuring compliance with stringent federal regulations to enhance the efficiency of government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PUMP UNIT. CTFGL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the PUMP UNIT. CTFGL, categorized under the NAICS code 333914 for Measuring, Dispensing, and Other Pumping Equipment Manufacturing. The procurement aims to ensure the operational readiness of critical pumping equipment, with a required Repair Turnaround Time (RTAT) of 229 days and Government Source Inspection (GSI) mandated for all repairs. Interested contractors must submit their quotes, including pricing and RTAT, by the extended deadline of December 12, 2025. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL.
    PUMP UNIT,CENTRIFUG
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Centrifugal Pump Unit through NAVSUP Weapon Systems Support Mechanicsburg. The contract requires the manufacture of the pump unit in accordance with specified quality and inspection standards, including compliance with MIL-STD packaging and Government Source Inspection. This equipment is critical for various naval operations, ensuring reliable performance in demanding environments. Interested vendors must submit their quotes electronically to Sherry Kaylor at sherry.l.kaylor.civ@us.navy.mil, adhering to the requirements outlined in the solicitation, with a focus on firm-fixed pricing and authorized distributor status. The deadline for submissions and further details can be obtained by contacting the primary point of contact.
    43--PUMP,DISTILLED WATE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking proposals for the repair or modification of a distilled water pump (NSN 7H-4320-011300015-CP). The procurement involves a single item delivery to DLA Distribution Norfolk, VA, and is restricted to approved sources due to the government's lack of ownership of the necessary data for alternative sourcing. This pump is critical for military operations, and the contract will be awarded only to firms whose inspection systems comply with MIL-I-45208A or equivalent standards. Interested parties must submit their capabilities and proposals within 45 days of this notice, and all inquiries should be directed to Jessica L. Harpel at jessica.l.harpel2.civ@us.navy.mil or by phone at (215) 697-2995.
    43--PUMP,CENTRIFUGAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure centrifugal pumps, specifically NSN 7H-4320-015416050-PP, with a quantity of four units required for delivery FOB origin. The procurement is limited to a single source, Carver Pump Co (CAGE 10941), as the government does not possess the necessary data rights for alternative suppliers, making reverse engineering uneconomical. These pumps are critical for various military applications, and interested parties have 45 days to express their interest and capability to meet the requirement, with proposals being considered for competitive procurement. For further inquiries, interested vendors can contact Sean McDonnell at SEAN.MCDONNELL@DLA.MIL.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    PUMP UNIT,CENTRIFUG
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Pump Unit, Centrifug. The procurement aims to secure a contractor capable of meeting a Repair Turnaround Time (RTAT) of 142 days, with all repair work adhering to established quality standards and operational requirements. This equipment is critical for various military applications, emphasizing the importance of timely and efficient repair services to maintain operational readiness. Interested contractors should submit their quotes, including unit price and RTAT, to Alison E. Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 771-229-0456, with the solicitation issued under Emergency Acquisition Flexibilities, encouraging accelerated delivery.
    W012--6-Month Diesel-Powered Mobile Pump Rental
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking proposals for a 6-month rental of a diesel-powered mobile fire pump for the C.W. Bill Young VA Medical Center. The required pump must deliver a flow rate of 2000 gallons per minute, operate independently for 12 hours on its diesel supply, and include remote monitoring capabilities, with the contractor responsible for installation and compliance with NFPA testing standards. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the commitment to supporting veteran entrepreneurs. Interested parties should note that the deadline for submitting proposals has been extended to December 12, 2025, at 4:30 PM EST, and inquiries must be submitted by November 11, 2025, at 12:30 PM EST; for further information, contact Lakiesha S Anderson at Lakiesha.Anderson@va.gov.
    Pump, Hydraulic; NSN: 4320014322680
    Buyer not available
    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.
    43--PUMP,CENTRIFUGAL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of centrifugal pumps under the solicitation titled "43--PUMP,CENTRIFUGAL, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 239 days, with all repairs needing to meet specific operational and functional requirements as outlined in the contract. These pumps are critical for various naval operations, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT, to the primary contact, Alison Harper, via email at ALISON.E.HARPER.CIV@US.NAVY.MIL, or by phone at 771-229-0456, as the solicitation is issued under Emergency Acquisition Flexibilities, encouraging accelerated delivery.
    USS DYNAMIC (AFDL-6) FLOWSERVE FIRE PUMP OVERHAUL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a contractor for the overhaul of the Flowserve Fire Pump aboard the USS Dynamic (AFDL-6). This procurement is being conducted as a Combined Synopsis/Solicitation under the authority of FAR Part 13, utilizing Simplified Acquisition Procedures, and is intended to be awarded on a sole source basis to OTC Industrial Technologies. The overhaul of the fire pump is critical for maintaining operational readiness and safety aboard the vessel. Interested parties may express their interest and capability to respond to this requirement, but the Government reserves the right to proceed with the sole source contract without competitive quotes. For further inquiries, interested vendors can contact Linh Finn at linh.t.finn.civ@us.navy.mil or Erin Behrns at erin.m.behrns.civ@us.navy.mil.