This Statement of Work (SOW) outlines the requirements for refurbishing five (5) Fairbanks Morse VTP 24M vertical mixed-flow propeller water-lubricated open lineshaft pump assemblies at Arnold Engineering Development Complex, Arnold Air Force Base, Tennessee. The refurbishment includes dismantling, inspecting, cleaning, repairing, or replacing worn components to restore original performance. Key requirements cover detailed as-received inspections, documentation of findings, and the use of new or reconditioned parts meeting specific material and industry standards (e.g., ASTM, ANSI, API, AWWA). The SOW specifies construction materials for propellers, bowls, shafts, columns, and discharge heads, emphasizing the conversion of any oil-lubricated pumps to water-lubricated. It also details coating requirements, strainer specifications, and mandates that all materials be made in the USA. Deliverables include inspection reports, material certificates, factory performance test reports, and paint thickness reports. Submittals require drawings, calculations, operation and maintenance manuals, and a minimum one-year warranty. Extensive factory testing, including hydro tests and performance curve determination, is required before shipment, with the Government reserving the right to witness all testing. Packaging must protect the equipment for delivery and up to 12 months of outdoor storage.
The Arnold Engineering Development Complex (AEDC) at Arnold AFB, Tennessee, has issued a Sources Sought Notice for a Barometric Well Revitalization. This notice seeks to identify interested and capable businesses, both small and large, for a firm-fixed price contract. The anticipated NAICS code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a $12.5M business-size standard. This is an informational notice, not a solicitation, and the government is under no obligation to award a contract. Responses will inform procurement methods, potentially leading to a single-source acquisition, small business set-aside, or full and open competition. Submissions, due by January 2, 2026, at 1:00 PM CT, should include company information, business size, CAGE code, SAM.gov Unique Entity ID, comments on Attachment 1 – Scissor Lift Specifications, available contract vehicles, a capability package, and an estimated price. Responses should be sent via email to Paytonne Szatkowski and Bethany R. Hill.