TSV Narragansett Ballast Pump Repairs
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 NAVSUP Fleet Logistics Center (FLC) Norfolk is soliciting quotes for Ballast Pump Repair Services for the TSV Narragansett at JEBLC-FS pier 11, Norfolk, VA. This UNRESTRICTED opportunity seeks to repair a leaking Aurora Fire Main Pump to prevent a "fail-to-sail" scenario for the vessel. Quotes are due April 10, 2026.
Scope of Work
This requirement covers the on-site repair of the Aurora 413 4x5x15 fire pumps onboard the TSV4 Narragansett. The government will provide the new Aurora Fire Main Pump. The contractor will be responsible for providing all labor, materials (excluding the main pump), and transportation to:
- Disassemble the existing pump.
- Remove the old seal.
- Reinstall the new seal.
- Reassemble the pump. Repairs must utilize OEM or authorized dealer/reseller parts compatible with existing shipboard equipment. The solicitation specifies a brand-name basis for Pentair branded parts and services, requiring offerors to be authorized resellers of Pentair products.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: April 30, 2026, to July 30, 2026
- Product Service Code (PSC): J039 - Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment
- NAICS Code: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Solicitation Published: April 7, 2026
- Quotes Due: April 10, 2026, at 11:00 AM Local Time
Evaluation & Submission
Award will be based on the ability to satisfy technical requirements and price reasonableness. Past performance may be considered. Evaluation factors include:
- Volume I: Reseller Certification/Proof (Acceptable/Unacceptable)
- Volume II: Technical Acceptability (Acceptable/Unacceptable)
- Volume III: Price Offerors must submit quotes electronically and provide a current certification letter from the manufacturer stating they are an authorized reseller of Pentair products. Quotes must remain valid for 120 days.
Eligibility & Additional Notes
- Set-Aside: UNRESTRICTED
- Offerors must be registered in the System for Award Management (SAM) database prior to award and maintain registration throughout the contract period.
- The solicitation includes various FAR and DFARS clauses, payment instructions (WAWF), and security requirements, including obtaining a DoD Common Access Card (CAC) and potential background investigations. Foreign Nationals are not permitted access to ERP systems.
- All questions should be directed to Daniel Petro (daniel.p.petro.civ@us.navy.mil, 757-589-6970) or Christopher Whiteside (christopher.d.whiteside2.civ@us.navy.mil, 757-443-0780).