USNS ROBERT PEARY CENTRIFUGAL PUMP PARTS
ID: N3220525Q2322Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSCHQ NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

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

PSC

POWER AND HAND PUMPS (4320)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command, is seeking to procure centrifugal pump parts for the USNS Robert Peary, specifically from Air & Liquid Systems Corporation, due to the proprietary nature of the equipment. This procurement is critical as it involves original parts necessary for the functionality and compatibility of essential ship equipment, with an anticipated cost of $181,615.93 and a delivery deadline set for July 7, 2025. Interested vendors must submit their price quotes and required documentation by 10 AM EST on July 14, 2025, ensuring compliance with federal acquisition regulations. For further inquiries, contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.

    Files
    Title
    Posted
    The Military Sealift Command is issuing a combined synopsis and solicitation for the procurement of various mechanical parts and equipment, identified under solicitation number N3220525Q2322. This RFQ invites quotes for commercial products in accordance with federal acquisition guidelines, specifically for parts related to measuring, dispensing, and pumping equipment, classified under NAICS code 333914 and PSC 4320. The solicitation is not set aside for small businesses and requires a firm-fixed price. Quotations must be submitted by 10:00 AM EST on April 24, 2025, and should include a detailed price list, estimated delivery times, and comply with specified technical requirements. Delivery is scheduled for June 9, 2025, at a designated location in Norfolk, VA. The documentation specifies that evaluation will focus on technical eligibility and pricing effectiveness, with a clear directive that submission must exclude vendor standard terms. Successful quotes will acknowledge compliance with various federal regulations and clauses related to contracting, labor standards, and ethical practices. The initiative demonstrates the Government's commitment to sourcing components necessary for maintaining maritime operational capabilities while ensuring compliance with stringent federal procurement regulations.
    The Military Sealift Command (MSC) has issued a combined synopsis and solicitation for commercial products and services under solicitation number N3220525Q2322, requesting quotes for various mechanical components and parts. The procurement is not set-aside for small businesses, and consists of multiple Contract Line Item Numbers (CLINs), detailing items with specific part numbers, quantities, and unit measurements required for naval maintenance operations. The anticipated award is a firm-fixed price purchase order, with delivery required at a designated Norfolk, VA address by April 22, 2025. Quotations must be submitted electronically by 10:00 AM EST on April 24, 2025, adhering to specific submission instructions including pricing, technical compatibility, and origin of products. Factors for evaluation include technical capability and price, with the award expected to go to the Air and Liquid Systems Corporation as the sole source vendor. Contractual clauses and federal regulations relevant to this acquisition, such as compliance with labor standards and prohibitions against certain foreign products, are delineated. The document emphasizes the importance of accurate packaging, delivery notifications, and adherence to quality assurance for critical safety items, reflecting comprehensive procedural adherence typical of government contracts.
    The Military Sealift Command has issued a combined synopsis/solicitation for the procurement of specific commercial products and services, specifically power and hand pumps. This Request for Quotes (RFQ - N3220525Q2322) is not set aside for small businesses and does not have a DPAS rating. It outlines a detailed list of required items, including various pump components and mechanical parts, with quantities specified for each item. The anticipated award will be for a firm-fixed price purchase order, with delivery required at a designated location in Norfolk, VA, by July 7, 2025. Quoters must submit their price quotes along with additional required documentation by 10 AM EST on July 14, 2025. The evaluation process will focus on technical capabilities and price, with the primary award likely going to Air and Liquid Systems Corporation. All submissions must comply with FAR and DFARS clauses applicable to commercial acquisitions, emphasizing the importance of meeting government standards and statutory requirements. This solicitation underscores the procurement's alignment with federal acquisition protocols, ensuring transparency and competitive bidding for government-related needs while highlighting critical parts' safety and operational relevance.
    The Military Sealift Command (MSC) has issued a solicitation announcement (N3220525Q2322) for the procurement of specific commercial products and services, primarily power and hand pumps, classified under NAICS code 333914. This solicitation is not set aside for small businesses and follows procurement guidelines from the Federal Acquisition Regulation (FAR). Items specified for purchase include various parts such as wear rings, mechanical seals, and impellers, amounting to 40 line items with detailed quantity and part numbers. Quotations are due by April 24, 2025, at 10:00 AM EST and should be submitted via email. The evaluation process will focus on technical capability and price, with an emphasis on adherence to the requirements outlined in the solicitation. The successful bidder is expected to be Air and Liquid Systems Corporation, which will be awarded a firm-fixed price contract. Delivery is to occur FOB Destination at a specified Norfolk, VA warehouse by June 18, 2025. The document also outlines various clauses and requirements, including contractor obligations regarding safety, ethical conduct, and compliance with federal regulations, showing the government's commitment to stringent procurement standards.
    The Military Sealift Command (MSC) has issued a Request for Quotes (RFQ) for commercial products and services related to the procurement of various marine equipment parts. The solicitation number is N3220525Q2322, and it does not have a Defense Priorities and Allocation System rating. The RFQ encompasses multiple Contract Line Item Numbers (CLINs) that detail a range of mechanical components necessary for maritime operations. Proposals must be submitted by 10:00 AM EST on April 24, 2025, via email, including a comprehensive price quote, technical specifications, and fulfillment capabilities. The contract will be a firm-fixed price purchase order, with delivery anticipated by July 7, 2025, at the specified Norfolk, Virginia location. Evaluation of quotes will focus on technical capability and price, with a provision for negotiation with bidders to ensure the best outcome for the government. Additionally, the document incorporates multiple federal regulatory clauses guiding the procurement process ensuring compliance and fairness. This solicitation reflects the MSC’s commitment to maintaining operational integrity and readiness through the acquisition of critical maritime equipment.
    This memorandum outlines the justification for soliciting a single source for an acquisition under the simplified acquisition threshold, specifically for repairs to pumps provided by AIR & LIQUID SYSTEMS CORPORATION (Buffalo pumps). The requirement is due by April 22, 2025, and the anticipated cost for the procurement is $181,615.93. The document cites that only one responsible source is available due to proprietary rights and exclusive licensing agreements, as the manufacturer does not allow for distribution through authorized representatives. Additionally, the equipment is identified as critical ship equipment, with the necessity of original parts for ensuring compatibility and functionality. The justification process includes necessary approvals from various officials, ensuring that all representations of facts regarding this procurement are completed accurately. This acquisition process aligns with federal regulations permitting limited competition under specific circumstances, emphasizing the urgency of the requirement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of a Pump Unit, Centrifugal, under a federal contract. The procurement aims to secure a Repair Turnaround Time (RTAT) of 142 days for the specified equipment, which is critical for various military applications involving fluid movement and management. Interested contractors must provide a quote that includes the unit price, total price, and their capacity to meet the required RTAT, with the contract expected to be awarded bilaterally upon acceptance. For further inquiries, potential bidders can contact Alison Harper at 771-229-0456 or via email at alison.e.harper.civ@us.navy.mil.
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of a Pump Unit, Centrifugal, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a contractor capable of meeting a Repair Turnaround Time (RTAT) of 142 days, with all repair work adhering to the contractor's standard practices and quality requirements. This equipment is critical for various naval operations, emphasizing the importance of timely and efficient repair services. Interested contractors should submit their quotes, including pricing and RTAT details, to Alison E. Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 771-229-0456, with the solicitation issued under Emergency Acquisition Flexibilities (EAF).
    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.
    SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    43--PUMP,CENTRIFUGAL, 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 centrifugal pumps. The procurement aims to ensure the operational readiness of these pumps, which are critical components in various naval applications, by establishing a Repair Turnaround Time (RTAT) of 329 days and requiring Government Source Inspection (GSI). Interested contractors must provide a quote that includes unit price, total price, and their capacity to meet the RTAT, with all freight handled by the Navy. For further inquiries, potential bidders can contact Christopher J. Dare at 717-605-4614 or via email at christopher.j.dare2.civ@us.navy.mil.
    43--PUMP,CENTRIFUGAL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of centrifugal pumps through a federal contract. The procurement aims to ensure the operational readiness of these pumps, which are critical components in various naval applications, by establishing a Repair Turnaround Time (RTAT) of 239 days and requiring Government Source Inspection (GSI). Interested contractors must provide a quote that includes unit price, total price, and their capacity to meet the RTAT, with the contract expected to be awarded bilaterally upon acceptance. For further inquiries, potential bidders can contact Alison Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL.
    USNS OSCAR V. PETERSON SHORE BASED SPARE PUMPS AND PUMP PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking suppliers for shore-based spare pumps and pump parts for the USNS Oscar V. Peterson. The procurement aims to acquire essential fluid power pump components, which are critical for maintaining operational readiness and efficiency of naval vessels. These pumps and parts are vital for various applications within the Navy's fluid power systems, ensuring reliable performance in demanding maritime environments. Interested vendors can reach out to Bryan Makuch at bryan.makuch@navy.mil or call 564-226-1259 for further details regarding the solicitation process.
    43--IDLER,ROTARY PUMP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of rotary pumps, specifically NSN 4320011893288, under a total small business set-aside. The requirement includes the delivery of three units each to the USS Rushmore LSD 47 and USS Ashland LSD 48, with a delivery timeline of 20 days after order (ADO). These pumps are critical components used in various military applications, ensuring operational efficiency and reliability. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.
    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.
    29--PUMP,COOLING SYSTEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 1,253 units of a cooling system pump (NSN 2930011937802). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, aimed at ensuring a steady supply of essential engine accessories, which are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the estimated total value of orders may reach up to $350,000, with a guaranteed minimum quantity of 187 units. For inquiries, vendors can contact the DLA at DibbsBSM@dla.mil, and all submissions must adhere to the specified timelines outlined in the solicitation.