Pump Assemblies
ID: FA851725RRepairofMechanicalTransmissionAssemblyType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8517 AFSC PZAACROBINS AFB, GA, 31098-1670, USA

NAICS

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

PSC

COMPRESSORS AND VACUUM PUMPS (4310)

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 seeking qualified contractors to provide teardown, testing, evaluation, and repair services for various pump assemblies critical to munitions handling equipment. The procurement includes the repair of Mechanical Transmission Assembly NSN 2520-00-010-3114 and multiple pump assemblies with NSNs 4320-01-216-9809VX, 4320-01-174-0506VX, and 4320-01-355-4464, which are essential for the safe operation of the MHU-83 Series Munition Handling/Loading Lift Truck and MHU-196/204M Munitions Handling Lift Trailer. These components play a vital role in military logistics, ensuring operational readiness and safety. Interested small businesses must submit their proposals by June 25, 2025, and can direct inquiries to Teresa Morris at teresa.morris.2@us.af.mil or Marwa Fuller at marwa.fuller@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Contract Repair Screening Analysis Worksheet for a hydraulic pump designated by NSN 4320013554464QS. Initiated on April 11, 2024, the analysis reveals that there is no existing organic or DMISA repair capability for the pump, which has been contracted for repairs in previous years. The form indicates an annual repair quantity of two, with a total budget of $3,520 and a unit price of $880. Technical specifications remain largely unknown, and additional data is required to finalize the repair requirements. The engineer's section confirms that the item is not a critical safety item and can be commercially overhauled or repaired. No pre-contract qualification is necessary, and an RDL (Repair Data List) is not required for solicitation. The worksheet emphasizes the importance of documenting the requirements for effective repair and potential sourcing. In summary, this document serves to outline the conditions and requirements necessary for the repair of a hydraulic pump, indicating the history of previous contracts while assessing current capabilities and specifications for future repairs.
    The document details a Request for Proposal (RFP) concerning a hydraulic pump, which is a crucial component for the MJ-1 series lift trucks used in heavy lifting operations. Identified with National Stock Number (NSN) 4320013554464QS, the pump's criticality is denoted as "X," indicating its essential role in military applications. The item specifications include dimensions of 19.8 inches in length, 13.8 inches in width, and 12.8 inches in height, with a weight of 82 pounds. Constructed from steel, metal alloy, and iron, the pump's function is to facilitate hydrostatic lifting capabilities. Initiated by Charles S. Wheeler from the 410 SCMS / GULB office, the document also addresses demilitarization and security codes, underscoring the item's sensitivity within defense contracting. The request emphasizes the need for compliance and potential requirements for government-furnished materials and equipment, making it clear that successful proposals must align with military standards. The summary serves to provide a comprehensive overview of the item and its operational significance, encapsulating the pertinent details for potential contractors and stakeholders within government procurement.
    This document outlines the recommended quality assurance provisions and special inspection requirements for a federal request for proposal (RFP). It includes essential details such as the PR/MIPR number, national stock number, and points of inspection and acceptance. Key individuals identified are Phillip C. Glenn (Item Manager) and Zakary Nichols (Equipment Spec). The document specifies various contract quality requirements, including a Certificate of Conformance and clauses from the Federal Acquisition Regulation (FAR) concerning inspection responsibilities and quality levels applicable to contracts. A review indicates that no Class I ozone-depleting substances are necessary for compliance with Air Force policy. The document mandates coordination with Technical Authority to adjust quality provisions and suggests a pre-award survey for new sources. The signature of Technical Authority confirms its validity. This document is integral to ensuring procurement quality standards during federal contracting processes, pertinent for both compliance and environmental considerations.
    The document is a Contract Repair Screening Analysis Worksheet detailing the repair analysis for a specific axial piston pump utilized in weapon systems B-1B/B-52. Initiated on March 28, 2024, the form specifies an annual repair quantity of six units with the latest repair cost recorded at $3,815. The forecast unit price is noted as $4,005.75 against an annual repair budget of $22,890. It is indicated that there is currently no organic repair capability, and the item has a history of contract repairs, with the last performed by Motion Industries, Inc. in June 2020. The worksheet outlines the discretion of technical orders, special repair criteria, and tools required, with some data remaining unknown. The analysis concludes with the acknowledgment of commercial overhaul potential, no precontract qualification needed, and the status of RDL requirements. Notably, the repair requires no special facilities or government-furnished materials, signaling readiness for external handling. Ultimately, this document plays a critical role in managing government procurement processes, facilitating the transition from identification to the potential solicitation phase for repair services.
    The document outlines specifications for an axial piston pump, identified by NSN 4320012169809VX, intended for MHU-196M/MHU-204M munitions trailers. The pump plays a crucial role in supplying pneumatic pressure to brake chambers, ensuring proper functionality during self-propelled operations. Key specifications include dimensions of 14 inches in length and width, a height of 12 inches, and a weight of 35 pounds, with construction materials comprising steel, iron, and rubber seals. The document records relevant details such as the criticality code ("X"), demilitarization code ("B"), and security code ("U"), which indicate the item’s importance and handling requirements. The contact for inquiries is Charles S. Wheeler, providing both DSN and commercial phone numbers. As a critical component for munitions transport, this document serves to inform potential contractors or vendors regarding government procurement needs and compliance related to military equipment support. The standardization of technical information is integral to optimizing RFPs and grants in military logistics.
    The document outlines recommended Quality Assurance Provisions and Special Inspection Requirements for a government contract. It indicates the necessary quality assurance measures tailored for a specific product, identified by its National Stock Number (4320011740506VX), highlighting the requirement for government inspection at the source due to specific features of the product. The inclusion of various Federal Acquisition Regulation (FAR) clauses ensures that certified inspections and commercial item inspection standards are met. Notably, it emphasizes the need to avoid the use of Class I Ozone Depleting Substances in compliance with Air Force Policy. The document also notes that quality provisions cannot be downgraded without technical authority coordination and stipulates a Quality Pre-Award Survey is required for both previous and new sources. Signed by the technical authority, it underscores the importance of stringent quality measures in federal contracting to maintain high standards and compliance, particularly in light of procurement complexities and regulatory requirements associated with government contracts.
    The document outlines the Performance Work Statement (PWS) for the repair and evaluation of various pump assemblies used in munitions handling equipment for the United States Air Force (USAF). It details the services required for the teardown, testing, evaluation, and repair of specific pump assemblies to ensure they are returned to a serviceable condition. The contractor must comply with Original Component Manufacturer (OCM) standards and ensure a high-quality repair process with minimal defects, aiming for a 95% initial testing pass rate. Over the contract's five-year period, services will be performed at the contractor's facility, with no government property provided. The contractor is responsible for all related logistics, including asset tracking and reporting in compliance with government regulations. The document emphasizes the importance of timely delivery due to critical mission operations and outlines measures for managing government property, mishap notifications, and security requirements. Additionally, a comprehensive Supply Chain Risk Management plan is required to address risks affecting operation continuity, cybersecurity, and foreign influence. The contractor must demonstrate compliance with quality management standards and maintain clear communication with the government regarding repairs and quality assessments. This scope is vital for maintaining the functionality and readiness of pivotal USAF munitions handling systems.
    The document is a Contract Repair Screening Analysis Worksheet intended for the federal government to assess the repair capabilities and requirements for a specific mechanical transmission part (NSN: 2520010103114QS). Initiated on April 11, 2024, it indicates a priority level of 2 and an annual repair quantity of 26 units, with a latest repair cost of $28,158. The total annual repair budget allocated is $732,108. The part has undergone previous contracts, with multiple repairs designated to Sandra L. Collier over the last five years. The document outlines the absence of organic repair capabilities and necessitates further data coordination with engineering to fulfill repair requirements. It specifies that special tools, facilities, or government-furnished materials are not required. Evaluation by the Equipment Specialist indicates the requirement for technical orders is unknown, while the Engineering section confirms that commercial repair options are viable. Additionally, items marked critical safety do not apply here. The form seeks to ensure compliance and budget considerations before proceeding with further contractual repairs while documenting necessary approvals and sources for potential future contracts.
    The document details the specifications for an axial piston pump with the National Stock Number (NSN) 4320011740506VX. This pump, identified as part number 58313-90004-20, is used in Munitions Handling Trailers (MHT) and Lift Trailers (MHU-196/M and MHU-204/M). Key dimensions include a length of 12.5 inches, width of 8.25 inches, height of 15.5 inches, and a weight of 103 pounds, constructed from steel. The criticality code "X" indicates its importance, while the security code "U" denotes unclassified status. Additionally, the document notes the item’s function as a variable displacement pump, emphasizing its operational significance within military logistics. The report was initiated by Charles S. Wheeler from the 410 SCMS / GULB office, providing contact details for further inquiries. Overall, this file serves as a technical reference for procurement within the context of federal RFPs, outlining essential details for defense logistic operations.
    The document outlines recommended quality assurance provisions and special inspection requirements for a government acquisition. It specifies a National Stock Number, points of inspection and acceptance, and contact details for key personnel involved in oversight, including Daniel S. Reeves and Charles Wheeler. The contract requires a Certificate of Conformance and adherence to multiple Federal Acquisition Regulation (FAR) inspection clauses, emphasizing the need for government quality assurance at the source due to specific product characteristics. The document confirms the absence of Class I Ozone Depleting Substances in compliance with Air Force policies and mandates that quality provisions cannot be downgraded without coordination with Technical Authority. A quality pre-award survey is indicated as unnecessary for previously sourced suppliers. The signature of Technical Authority, Steven J. Fazzini, affirms the content's validity, ensuring project compliance with Department of Defense standards. In summary, this file serves as an essential directive for maintaining quality control and environmental standards in government procurement.
    The document is a Contract Repair Screening Analysis Worksheet, serving as a detailed assessment for the repair of an axial piston pump (NSN 4320012169809VX) associated with weapon systems B-1B/B-52. Initiated on March 28, 2024, it outlines critical repair data, including an annual repair quantity of six units and a latest repair cost of $2,880 per item, totaling an annual budget value of $17,280. Notably, the item does not currently have organic repair capabilities and has been previously contract repaired multiple times over the past years. The worksheet is divided into multiple parts, requiring input from a PMS seller, equipment specialist, screening technician, and engineer. Key points include the lack of technical orders and additional specifications identified as "unknown," as well as the examination of special tools and equipment, which are deemed unnecessary. The engineer's assessment confirms that while the item can be commercially overhauled, no pre-contract qualification is needed. The completion of this document ensures compliance with federal regulations and assists in streamlining the repair process through a structured analysis of required information and previous contracting history.
    The document outlines specifications and requirements for a hydrostatic pump, specifically for the MJ-1 series lift truck. Identified by its National Stock Number (NSN) 2520010103114QS, the pump is a critical component that facilitates heavy lifting operations, essential for military and logistical purposes. The item measures 12 inches in length, 12 inches in width, and 10 inches in height, with a weight of approximately 70.1 pounds, and is constructed from a steel metal alloy. The document includes critical categorization details such as a criticality code of "X," indicating its importance to operational functionality. Safety considerations are highlighted, and while the item contains no helium, it has an unspecified status regarding precious metal content. The communication details of the project initiator, Charles S. Wheeler, along with the office symbol (410 SCMS/GULB), are provided for further inquiries. This file serves as a technical reference in response to federal requests for proposals (RFPs), grants, or procurements related to military equipment and maintenance, emphasizing its operational significance and the necessity for strict compliance with safety and material standards.
    The document outlines recommended quality assurance provisions and special inspection requirements for a federal RFP. It specifies the PR/MIPR number, national stock number, and key contacts for equipment specifications and inspections. The primary contract quality requirements include a certificate of conformance, responsibility for inspection, and standard inspection procedures as articulated in various Federal Acquisition Regulation (FAR) clauses. Importantly, the document addresses ozone-depleting substances, confirming compliance with Air Force policies around their usage. A quality pre-award survey is indicated, suggesting a recommendation for AFMC participation in evaluating new sources for procurement. The signature of the technical authority confirms the review and approval of these standards. Overall, the document serves as a guideline for ensuring quality assurance in federal contracts, emphasizing adherence to established regulations and standards to mitigate environmental impacts while maintaining operational integrity.
    The document outlines transportation data associated with a federal procurement solicitation under Purchase Instrument Number FD20602500011-00, initiated on January 13, 2025. Its primary focus is to provide shipping instructions and transportation guidelines for a range of items dispatched to specified Department of Defense (DoD) addresses, particularly at Robins Air Force Base, Georgia. Key details include requirements for F.O.B. (Free On Board) terms, necessary contacts with the DCMA Transportation for shipping instructions, and specified freight classifications. The document includes account codes for transportation funding, item NSNs (National Stock Numbers), and addresses for various shipments. Furthermore, transportation provisions underline the importance of vendor compliance with regulatory requirements to avoid unnecessary costs, emphasizing communication with DCMA prior to shipment. Overall, the file serves as an essential guideline for vendors participating in federal solicitations related to the transportation of goods, ensuring adherence to necessary protocols and funding parameters.
    The document outlines the packaging requirements for military items specified under Purchase Instrument Number FD20602500011-00. It emphasizes compliance with United Nations restrictions on wood packaging materials (WPM) to prevent invasive species, specifically mentioning the need for debarked wood and heat treatment. Detailed specifications are provided for wooden pallets, containers, and other packaging materials, which must adhere to Military Standards (MIL-STD 129 and MIL-STD 2073-1) for military packaging and marking. The document also specifies that suitable shipping containers meeting AFMC Form 158 must be reclaimed for reuse, while unserviceable ones must be disposed of properly. Additionally, shipping containers must display required markings per military standards and include additional tracking information if necessary. These strict guidelines ensure compliance with military logistics protocols, safeguarding materials during transportation and storage, reflecting the government's commitment to ecological preservation and efficient supply chain management.
    The document is a Request for Quotation (RFQ) issued by the U.S. Air Force, specifically from the Robins Air Force Base, concerning supplies and services related to automatic test equipment. The RFQ includes multiple items, primarily focusing on transmission components and hydraulic pumps, and outlines the requirements for teardown tests and evaluations, as well as repairs. Each item has associated quantities, unit prices, and acceptance criteria, which require inspections and origin acceptance. The RFQ indicates the buyers must submit their quotations by April 11, 2025, and emphasizes that the government is not obligated to contract for the offerings or cover any costs related to quote preparation. It is marked as not a small business set-aside, meaning it is open to all vendors. The contract terms include requirements for delivery, report preparation, and adherence to various quality controls. Overall, this RFQ serves as a formal solicitation for suppliers to bid on providing specific components necessary for the operational effectiveness of Air Force equipment, ensuring compliance with federal procurement regulations while maintaining transparency and accountability in the acquisition process.
    The document outlines a Request for Quote (RFQ) concerning the procurement of various mechanical components, specifically focusing on transmission and pump systems for the U.S. Air Force. It emphasizes that this acquisition is set aside for small businesses and incorporates strict competitive and quality assurance standards as outlined by federal regulations. Key deliverables include components with specific National Stock Numbers (NSNs), inspection requirements, and timelines for testing and evaluation. The solicitation invites vendors to submit their offers by June 25, 2025. Different items, including transmission units and hydraulic pumps, are meticulously detailed with quantity estimates, specifications, and associated part numbers. All required items are destined for DLA Distribution Warner Robins and have a proposed delivery timeline of approximately 45 calendar days after order acknowledgment. The document stresses the importance of adhering to the terms stipulated to ensure compliance and timely payment. This comprehensive RFQ illustrates the federal government's efforts to source essential mechanical equipment while fostering small business participation in defense-related contracts.
    This Performance Work Statement (PWS) outlines the requirements for the repair of several mechanical pump assemblies used in the MHU-83 Series Munition Handling/Loading Lift Truck and MHU-196/204M Munitions Handling Lift Trailer. The contractor is responsible for the Teardown, Test, and Evaluation (TT&E), repair, and return of these pumps to serviceable condition, adhering to Original Component Manufacturer (OCM) standards. The contract spans five years and requires timely delivery to support critical Air Force operations. Key objectives include maintaining a high-quality standard, with thresholds set for inspections and Product Quality Deficiency Reports (PQDRs). The contractor must establish a quality management system in line with AS9100 standards and report on repair progress, mishaps, and government property management. Specific procedures for loss reporting, packaging, cybersecurity, and supply chain risk management are also detailed. The contract emphasizes rigorous quality assurance and compliance with safety, environmental, and occupational health regulations. As a non-mission essential service, it will not operate during crises. Overall, this document details the comprehensive responsibilities and expectations for contractors engaged in the maintenance of vital Air Force equipment.
    The document serves as a solicitation for commercial products and services, specifically focusing on automatic test equipment under the solicitation number FA8517-25-Q-0014, issued by the Air Force Sustainment Center at Robins Air Force Base, Georgia. The primary requirement involves the provision, testing, and repair of specific mechanical transmission and hydraulic pump components. This contract is designed as a total small business set-aside, encouraging participation from various business classifications including small, women-owned, and service-disabled veteran-owned businesses. Key deliverables include firm fixed-price contracts for tear down evaluation and repair of transmission and hydraulic components, with a focus on quality assurance and compliance with federal standards. Notably, early delivery is accepted, and all goods must be shipped to the specified DLA Distribution facility at Robins AFB. The document outlines specific item numbers, quantities, and applicable National Stock Numbers (NSNs) for clarity in procurement. It emphasizes the necessity of adhering to URC protocols, ensuring timely inspections, and maintaining the integrity of all delivered items. This solicitation represents a structured approach to procurement, aimed at ensuring the availability and reliability of essential equipment for military operations.
    Lifecycle
    Title
    Type
    Pump Assemblies
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FMS Repair - NIIN 013474420 Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of "PUMP UNIT, ROTARY" items, specifically those with National Stock Number 4320013474420 and part number 7591553P3. The procurement requires adherence to the contractor's repair and overhaul standard practices, compliance with MIL-STD-973 for design changes, and the use of mercury-free materials for items intended for submarines and surface ships. This repair service is critical for maintaining operational readiness and safety of naval vessels. Interested contractors must submit their quotations by December 17, 2025, and can direct inquiries to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL.
    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.
    Pumping Assembly, Water
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking qualified small businesses to provide a Pumping Assembly, Water, under a presolicitation notice. The procurement involves a basic quantity of 18 units of the Water Pumping Assembly (125 GPM), identified by NSN 4320-01-700-3455 and Government Part Number M52109-2-2, with an option for an additional 18 units. This equipment is critical for military operations, adhering to specific military standards (MIL-PRF-52109J) and requiring First Article Test (FAT) compliance. Interested vendors should contact Donald Merkle at donald.merkle@dla.mil or call 586-335-8436 for further details, with the solicitation expected to be posted on SAM in approximately two weeks.
    FMS Repair of PUMP HOUSING
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a PUMP HOUSING (NSN: 1610015358762, Part Number: 1006864-1) as part of its Foreign Military Sales (FMS) program. This solicitation outlines specific requirements for repair, quality assurance, packaging, and marking, ensuring compliance with federal acquisition regulations and best practices for overseas shipment. The successful contractor will play a crucial role in maintaining military equipment essential for defense operations. Interested parties should contact Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil or call 215-697-1219 for further details, as the solicitation emphasizes adherence to various contractual terms and conditions without a set-aside for small businesses.
    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.
    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.
    FMS Repair NIIN: 013707977 QTY: 1
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a rotary pump, specifically the National Stock Number (NSN) 7R 4320 013707977, on a sole source basis from Sikorsky. The procurement involves a total quantity of one unit and is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This repair service is critical for maintaining operational readiness and support for military aircraft systems. Interested parties are encouraged to submit their capability statements or proposals by email to Contract Specialist Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil, with the solicitation expected to be issued around December 15, 2025, and responses due by January 14, 2026.
    43--PUMP, ROTARY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair and modification of rotary pumps. This procurement aims to ensure the operational readiness of critical pumping equipment, which is essential for various military applications. The contract includes specific requirements for inspection, acceptance, and warranty provisions, with a focus on timely delivery and quality assurance standards. Interested vendors should contact Abigail Hurlbut at abigail.r.hurlbut.civ@us.navy.mil or by phone at 717-605-6805 for further details, with the proposal submission deadline extended to December 15, 2025.
    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.
    43--PUMP UNIT,CENTRIFUG, 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 a Centrifugal Pump Unit. The contract requires that the repair work meets specific operational and functional requirements, adhering to the contractor's established repair standards and practices. This procurement is critical for maintaining the operational readiness of naval equipment, ensuring that the pump units function effectively in various applications. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Alison Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL.