TEIKOKU/CHEMPUMP, G-SERIES, MANUFACTURER’S P/N GC-3K-3S. Brand Name Mandatory
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, Portsmouth Naval Shipyard, is issuing a Combined Synopsis/Solicitation (RFQ) for the procurement of two (2) TEIKOKU/CHEMPUMP, G-SERIES, MANUFACTURER’S P/N GC-3K-3S pumps. This is a Brand Name Mandatory requirement, justified by extensive research confirming its unique technical specifications are essential for mission readiness and safety. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The requirement is for two (2) specific pumps: TEIKOKU/CHEMPUMP, G-Series, P/N GC-3K-3S. Key technical specifications include a sealless, leak-proof canned motor with a dry stator cavity, stainless steel 300 Series pump case and rotor, 4-3/4-inch impeller, EPDM casing gasket, rated for 300 PSIG at 220F, 3450 RPM, and 460 VAC. Connections are Class 300 raised-face flange, 2-inch suction, and 1.5-inch discharge. Strict mercury exclusion requirements apply. The place of performance is the Portsmouth Naval Shipyard, Kittery, ME 03904, with a required delivery date of May 1, 2026 (ASAP).
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 333914 - Measuring Dispensing and Other Pumping Equipment Manufacturing
- Size Standard: 750 Employees
- Product Service Code: 4320 - Power And Hand Pumps
- Response Deadline: April 24, 2026, at 2:00 PM EST
- Delivery Date: May 1, 2026 (ASAP)
- Place of Performance: Portsmouth Naval Shipyard, Kittery, ME 03904
Submission & Evaluation
Offers must be emailed and include a completed RFQ pricing form (with highlighted yellow fields), Point of Contact details, Representations and Certifications (if not in SAM.gov), a Technical Submission demonstrating capabilities, and a Pricing Submission with firm, fixed prices for each CLIN, including freight in CLIN 0001. Past performance information is required for vendors and subcontractors performing at least 20% of the contract value. Award will be made to the responsible vendor whose quote is most advantageous to the Government, considering Technical Acceptability (go/no-go factor), Experience, Adherence to Schedule, and Best Value Price. Vendors must be registered in SAM.gov.
Special Requirements
Contractors will be subject to Operations Security (OPSEC) requirements, including protecting Critical Information and Indicators (CII) and Controlled Unclassified Information (CUI). An OPSEC Plan may be required, and strict policies apply to Portable Electronic Devices (PEDs) and public disclosure of sensitive information.
Contact Information
- Primary Point of Contact: Lauren LeDuc
- Email: lauren.w.leduc.civ@us.navy.mil
- Phone: 603-438-6635