Dewatering Pump, Control Panel, Discharge Pipe & Fittings
ID: W912P525QA027Type: Solicitation
AwardedJun 24, 2025
$44K$44,027
AwardeeWESTEX GROUP, INC Rockville MD 20850 USA
Award #:W912P525PA028
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

NAICS

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

PSC

MARINE HARDWARE AND HULL ITEMS (2040)

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 (USACE) - Nashville District, is seeking qualified small businesses to provide dewatering pumps, control panels, discharge pipes, and fittings under a Total Small Business Set-Aside contract. The procurement aims to secure a Firm-Fixed Price contract for the delivery of these supplies, which are essential for effective water management in various engineering projects. The contract is expected to be completed by September 30, 2025, with quotes due by May 8, 2025. Interested vendors must register in the System for Award Management (SAM) and can direct inquiries to Bradley Eiras at bradley.m.eiras@usace.army.mil or Dani Bautch at samantha.d.bautch@usace.army.mil for further details.

    Files
    Title
    Posted
    This document outlines a Total Small Business Set-Aside for a Firm-Fixed Price supply contract with the U.S. Army Corps of Engineers (USACE) - Nashville District, specifically for the procurement and delivery of supplies. Proposals will be evaluated based on the lowest price for compliant offers that meet specified technical requirements. Deliveries are to be made to the Cumberland River Operation Center in Old Hickory, TN, with a completion deadline set for September 30, 2025. Prospective contractors must submit queries by May 1, 2025, and quotes by May 8, 2025, to the designated contact, Bradley Eiras. Key submission requirements include relevant forms, acknowledgment of amendments, completion of a price schedule, and registration in the System for Award Management (SAM). Additionally, the selected offeror may need to provide banking and past performance references. The document emphasizes procedural communication constraints and highlights the necessity of timely SAM registration due to possible activation delays. This RFP not only reinforces the government's commitment to sourcing from small businesses but also delineates a structured process for submission and evaluation in public procurement, ensuring compliance and efficiency in contract awards.
    The document outlines a solicitation for a contract designated for women-owned small businesses (WOSB) to supply commercial products and services, specifically focusing on the procurement of a submersible drainage pump and related components. Key details include the requisition number, award date, and contact information for inquiries. The requirement includes delivery of specified items by September 30, 2025, with further specifics related to quantities, pricing, and delivery locations within the Army Corps of Engineers framework. Additionally, it addresses various federal acquisition regulations pertinent to small businesses, including clauses regarding electronic invoicing, unique item identification, and compliance with statutory requirements. The goal of the solicitation is to foster participation from small businesses while ensuring adherence to regulatory and performance standards, emphasizing a commitment to economic support for designated business categories in federal contracting. This initiative reflects a broader government strategy to enhance procurement opportunities for underrepresented business groups while maintaining accountability and transparency in federal spending.
    The government document outlines an amendment related to a solicitation for the purchase and delivery of supplies to the U.S. Army Corps of Engineers (USACE) - Nashville District. The modification primarily involves a change in the North American Industry Classification System (NAICS) code from 423830 to 333914, which pertains to the manufacturing of measuring, dispensing, and other pumping equipment. The solicitation is a Total Small Business Set-Aside, aiming for a Firm-Fixed Price contract based on the lowest price and responsible offeror criteria, while adhering to specified technical requirements and delivery schedules. Quotes must be submitted via email by May 8, 2025, and vendors must be registered in the System for Award Management (SAM) to qualify. Additional requirements include providing banking and past performance references for verification before contract award. The document emphasizes communication protocols and encourages vendor feedback to improve future procurement processes, reflecting the intent to maintain transparency and efficiency within government contracting practices.
    Similar Opportunities
    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.
    43--PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the Centrifugal Pump (NSN 4320-01-236-1232). This solicitation is a Total Small Business Set-Aside, aimed at sourcing fluid power pump and motor manufacturing products, which are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is set for 154 days after order acknowledgment. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    DEWATERING PARTS
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting quotes for a firm, fixed-price contract to supply specific dewatering parts from McMaster-Carr, exclusively set aside for small businesses. The procurement requires detailed specifications for various components, including tees, adapters, pipe hangers, and eye bolts, with delivery scheduled to the U.S. Naval Ship Repair Facility in Sasebo, Japan, by December 19, 2025. This opportunity is crucial for maintaining operational readiness and efficiency in naval logistics, emphasizing the importance of timely delivery and compliance with shipping requirements. Interested vendors must submit their quotes by the revised deadline of December 19, 2025, at 10:00 AM PST, and can direct inquiries to Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    43--PUMP,CENTRIFUGAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of centrifugal pumps, specifically NSN 4320011116807, under a total small business set-aside. The requirement includes the delivery of 12 units for Line 0001 and 38 units for Line 0002 to DLA Distribution Albany, with a delivery timeline of 147 days after order (ADO). These pumps are critical components used in various military applications, and the procurement is based on source-controlled drawings, with an approved source identified as 76122 38461. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation details can be accessed through the DLA's electronic platform, with no hard copies available.
    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.
    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.
    43--PUMP,CENTRIFUGAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of centrifugal pumps, specifically NSN 4320123255215, under a total small business set-aside. The requirement includes the delivery of two units to DLA Distribution San Diego within 164 days after order, with the approved source being 1B318 X55920700003/87. These pumps are critical components in various military applications, ensuring efficient fluid movement and system operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    43--CONTROL UNIT,PUMP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two Control Units for pumps, identified by NSN 4320011909398. This solicitation is a Total Small Business Set-Aside, aimed at sourcing these critical components used in various military applications, ensuring operational efficiency and reliability. Interested vendors must submit their quotes electronically, as hard copies will not be available, and the deadline for submissions is 168 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    W912EE26RA006 - 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 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 (MATOC) focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. The procurement aims to secure fully operated dredging services, including the necessary personnel and equipment, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. This contract is crucial for maintaining navigable waterways and supporting civil engineering projects, with an estimated contract capacity of $99.5 million over a five-year period. Interested vendors should note that the solicitation is expected to be released around January 2026, with proposals due in February 2026, and can contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further information.
    Kentucky Lock Lift Pump Station Repair/Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Nashville office, is seeking qualified contractors for the repair and replacement of the Kentucky Lock Lift Pump Station. The project requires contractors to provide all necessary materials, labor, and equipment to install two new pumps, repair existing grinder pumps, and replace various components within the lift station, ensuring compliance with industry standards. This procurement is crucial for maintaining the operational integrity of the lift station, which plays a vital role in water management at the Kentucky Lock. Interested small businesses must respond to the Request for Information by December 29, 2025, and can direct inquiries to Samantha Clay or Cierra Vega via the provided email addresses.