Inspection of a Radial Thrust Bearing Assembly
ID: W912ES26QA0110001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BEARINGS (J031)

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, is soliciting bids for the inspection and repair of a radial thrust bearing assembly on a VOSTA HPD 550-1350-280 dredge pump. The procurement involves a two-phase process: the first phase focuses on a comprehensive inspection and reporting of the assembly's condition, while the second phase entails repair or replacement of components, contingent upon government approval, using OEM-certified parts. This opportunity is critical for maintaining the operational integrity of essential dredging equipment, ensuring compliance with industry standards and minimizing downtime. Interested contractors must submit their quotes electronically by December 30, 2025, with all work to be completed by March 15, 2026. For further inquiries, contact Benjamin Knutson at benjamin.t.knutson@usace.army.mil or 651-290-5418.

    Files
    Title
    Posted
    The provided file, titled "UBRICANES," is exceptionally brief, consisting of a single word. Due to its brevity, it is not possible to extract a main topic, key ideas, or supporting details that would typically be found in federal government RFPs, federal grants, or state/local RFPs. The file's content is insufficient for analysis within the context of government documentation. Therefore, a comprehensive summary cannot be generated from the given input.
    This government solicitation, W912ES26QA011, issued by the US Army Corps of Engineers, St. Paul District, is a Request for Quote (RFQ) for the inspection and repair of a Goetz Radial Thrust Bearing on a VOSTA HPD 550-1350-280 dredge pump. The acquisition is a Women-Owned Small Business (WOSB) set-aside with NAICS code 333914 and a 750-employee size standard. Key requirements include a firm fixed-price contract, electronic submission of quotes via PIEE by November 14, 2025, and mandatory SAM.gov registration. The contractor must perform a full inspection, replace damaged components with OEM-certified parts after government approval, and conduct testing and verification. Deliverables include an inspection report with photographic documentation, a list of replaced components, and a final test report. All work must be completed by January 15, 2026, and all replacement parts are to be new, OEM-certified, and free of defects. The document also details various FAR and DFARS clauses incorporated by reference and full text, including those related to Item Unique Identification and Valuation, and Wide Area WorkFlow Payment Instructions, though direct electronic payment submission is not utilized by the St. Paul District.
    This document is an amendment to Solicitation Number W912ES26QA0110001, issued by W07V ENDIST ST PAUL KO CONTRACTING DIVISION, primarily to revise the scope of work for the inspection and repair of a VOSTA HPD 550-1350-280 dredge pump's radial thrust bearing assembly. Key changes include extending the response due date to December 30, 2025, from November 14, 2025, and updating the response due time zone from Central Daylight Time to Central Standard Time. The North American Industry Classification System (NAICS) code was modified to 333914, and CLIN 0002 for "Goetz Radial Thrust Bearing Repairs" was deleted. The Statement of Work now outlines a two-phase process: Phase 1 for inspection, reporting, and repair estimation, and Phase 2 for approved repair and replacement using OEM-certified parts. The period of performance for CLIN 0001 was modified to January 2, 2026, to January 15, 2026. Several FAR and DFARS clauses have been deleted, modified, or added, including detailed provisions on various regulations such as those concerning small businesses, labor standards, and supply chain security. The amendment emphasizes contractor responsibility for shipping, adherence to OEM standards, and strict government approval for repair work.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    3389 LCHD-ESS Special Notice - Draft Specification
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    43--PUMPING UNIT,HYDRAU, IN REPAIR/MODIFICATION OF
    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 and modification of hydraulic pumping units. The procurement aims to secure a firm-fixed-price contract for the repair of these units, with a required repair turnaround time of 206 days after receipt of the asset. These pumping units are critical for various military applications, ensuring operational readiness and efficiency. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.
    BEARING,SLEEVE
    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 BEARING, SLEEVE components. The procurement requires qualified contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality standards, including compliance with MIL-STD packaging and government source inspection. These bearings are critical components used in various military applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes electronically to Kathleen J. Byrne at kathleen.j.byrne.civ@us.navy.mil, with a repair turnaround time of 188 days after receipt of the asset and a detailed breakdown of costs and capabilities included in their proposals.
    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.
    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.
    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.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    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.