Pump Rebuild Kit
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 Navy (NAVSUP FLT LOG CTR PUGET SOUND) intends to award a sole source, firm fixed-price contract to Carver Pump Co. for Pump Rebuild Kits and SW Pump/Motor Sets. This acquisition is for parts for the #2, #5, & #6 AC Seawater Pump Systems on a US Vessel. Offers are due by April 20, 2026, at 10:00 AM.
Scope of Work
This requirement is for the procurement of:
- 3 x SW PUMP/MOTOR SETS (Manufacturer's Part Number: 998-1111-D-11)
- 3 x SW Pump Rebuild Kits (Manufacturer's Part Number: 985-1111-D-11)
Key requirements include:
- Providing DoD unique identification for all items.
- Packaging and marking compliant with DODMANUAL 4140.01, MIL-STD 2073-1 (series) or ASTM D3951 (series), and ISPM standards for crating. Markings must be a minimum of 2-inch stenciled letters.
- Shipments for multiple vessels must be delivered in separate containers.
- All shipments must use a fully traceable commercial freight method.
Contract & Timeline
- Type: Firm Fixed Price
- Set-Aside: Unrestricted
- Offer Due Date: April 20, 2026, 10:00 AM
- Questions Due: One day prior to the solicitation closing date, via email to Jeremy Wells.
- Published: April 16, 2026
Evaluation
The Government will select the most advantageous offer based on technical capability, delivery date, price, and past performance. These factors are not listed in any order of relative importance. Offerors quoting less than the entire effort may be deemed unacceptable due to the single award nature of this requirement. Price reasonableness and past performance will be evaluated as part of the responsibility determination.
Additional Notes
Offerors must be registered in SAM.gov to receive an award. Invoices will be submitted via Wide Area WorkFlow (WAWF). Defense Biometric Identification System (DBIDS) registration is required for base access post-award.