Barometric Well Revitalization - Sources Sought
ID: FA9101WellRevitalizationType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Arnold Engineering Development Complex (AEDC) at Arnold Air Force Base in Tennessee, is seeking sources capable of providing Barometric Well Revitalization services. The procurement aims to refurbish five Fairbanks Morse VTP 24M vertical mixed-flow propeller water-lubricated open lineshaft pump assemblies, ensuring they meet specific performance and material standards. This revitalization is critical for maintaining operational efficiency and reliability of the water systems at the facility. Interested businesses are encouraged to submit their capabilities and pricing by January 2, 2026, at 1:00 PM CT, with responses directed to Paytonne Szatkowski and Bethany Hill via email.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    FY26 A-E IDIQ Arnold AFB
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Arnold Engineering Development Complex (AEDC) in Tennessee. The contract will encompass a range of professional services, including engineering studies, designs, specifications, and cost estimates for maintenance, repair, and minor construction projects across various engineering disciplines such as architectural, civil, structural, mechanical, and environmental engineering. This procurement is critical for ensuring compliance with federal and Air Force building codes and standards, with an estimated maximum contract value of $30 million over a base year plus seven option years, and individual task orders ranging from $25,000 to $1 million. Interested firms are encouraged to submit a Contractor Capability Survey by January 23, 2026, to the primary contact, Noah Bean, at noah.bean.1@us.af.mil, or the secondary contact, James Laney, at james.laney.3@us.af.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.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    B-1 Pump, Axial Pistons
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 75 units of new manufacture axial piston pumps, specifically NSN 4320-01-148-0387. This unrestricted acquisition, outlined in solicitation SPRTA1-26-R-0097, requires compliance with ISO 9001-2015 standards, and contractors must provide pricing for various quantity ranges while suggesting Economic Purchase Quantities. The pumps are critical components in aircraft engine systems, emphasizing the importance of domestic sourcing and supply chain security. Proposals are due by December 26, 2025, at 3:00 PM, and interested parties can contact Lori Lumsden at lori.lumsden.1@us.af.mil for further information.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    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.
    Demolition and Construction of Drinking Water Well
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, is seeking sources for the demolition and construction of a drinking water well at the Pomonkey Facility in La Plata, Maryland. The project entails decommissioning an existing well, drilling a new well to a depth of 500-900 feet, and installing a pump with a capacity of 10 gallons per minute, along with necessary electrical connections and pressure tanks. This initiative is crucial for ensuring a reliable potable water supply, adhering to federal, state, and local regulations, including EPA and AWWA standards. Interested small businesses must submit their responses, including relevant experience and capabilities, by December 25, 2025, to Yina Brooks at yina.brooks.civ@us.navy.mil.
    43--PUMP,CENTRIFUGAL
    Dept Of Defense
    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.