B3902 Motor and Pump Assemblies
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (FA8125 AFSC PZIMA) is soliciting proposals for B3902 Motor and Pump Assemblies (PSC 4320) to support critical weapon system testing at S Coffeyville, OK. This is a Total Small Business Set-Aside. Proposals are due April 1, 2026, at 1:00 PM CST.
Scope of Work
This solicitation (FA812526Q00310002) requires the procurement of four specific Motor and Pump Assemblies, which are critical for testing numerous weapon systems, including F100 Fuel Pump Controllers, Actuators, Pumps, and TF33 Fuel Controls, vital for flight safety. The required items include:
- One (1) EA Pump P/N 55063RDW035 CIG SINGLE PUMP with motor 365TSC, 75HP
- One (1) EA Pump P/N 83250RDW CIG SINGLE PUMP with motor 324TC, 40HP
- One (1) EA Pump P/N 85200RDW CIG SINGLE PUMP with motor 365TSC, 75HP
- One (1) EA Pump P/N Flowserve Innomag TB Mag Vertical Pump Model W3-3x2x6-TBM with motor 15 Hp, 3600 RPM NEMA C Faced Electric Motor
A Brand Name Justification specifies IMO (GIG) for the first three pumps and Flowserve for the fourth, as these are required per FAR Overhaul 12.102 and specified in technical manuals 1TL32-6795-4 and 1TL32-6777-4.
Contract & Timeline
- Type: Commercial Firm Fixed-Price Contract
- Set-Aside: Total Small Business (100%)
- NAICS Code: 333914, Size Standard: 750
- Proposal Due: April 1, 2026, 01:00 PM CST
- Published: March 18, 2026
Evaluation
Award will be based on the lowest total evaluated price (TEP) and conformance to all solicitation requirements. Evaluation factors include technical compliance (how well proposed products meet Government requirements) and price (completeness, reasonableness, realism, and unbalanced pricing).
Additional Notes
Items shall be packaged according to commercial best practices, with specific requirements for larger/heavier shipments (skidded crates/palletized, marked "NOT FOR OUTSIDE STORAGE"). Payment requests and receiving reports must be submitted through Wide Area WorkFlow (WAWF). Vendors must be registered in the System for Award Management (SAM) to receive an award.