USNS LUCY STONE - Pump Suction
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's Military Sealift Command (MSCHQ NORFOLK) has issued a Solicitation for the procurement of Pump Suction in support of the USNS LUCY STONE (T-AO 209). This is an unrestricted, Firm Fixed-Price acquisition, with proposals evaluated on a Lowest Priced Technically Acceptable (LPTA) basis. Quotes are due by May 1, 2026, at 1:00 PM (Local Time).
Scope of Work
This opportunity requires the procurement of two (2) PUMP, SUCTION VCHT units. The specific brand and model required is HERBORNER PUMP 7.5/QSH101-1-210-F-V-W1. This requirement is driven by standardization needs, as outlined in COMSCINST 4790.3, to maintain the fleet configuration baseline and ensure compatibility as a direct replacement part for existing equipment on "ALL TAO 205 CLASSES" vessels. The intended use is for "MATERIAL NEEDED FOR DTO."
Contract & Timeline
- Type: Firm Fixed-Price Solicitation
- Quantity: 2 Each
- Set-Aside: Unrestricted Acquisition
- Response Due: May 1, 2026, 1:00 PM (Local Time)
- Delivery Date: On or Before July 15, 2026
- Published Date: April 25, 2026
Evaluation & Submission
Award will be made to the Lowest Priced Technically Acceptable (LPTA) quoter. Technical evaluation will ensure quoted parts meet all solicitation requirements, including specified delivery dates and terms and conditions. Price evaluation will assess reasonableness. Quotes must be submitted via email to the contracting officer and contract specialist identified in block 9 of the SF1449, in either Adobe or Microsoft Office format.
Additional Notes
The solicitation incorporates various FAR and DFARS clauses by reference, including DFARS 252.211-7003 for Item Identification and Valuation. Contractors must provide DoD unique identification or a DoD recognized equivalent. Packaging and marking instructions, compliant with DODMANUAL 4140.01 and MIL-STD-2073-1 (series) or ASTM D3951 (series), are applicable. The place of performance is FOB DESTINATION (SAN DIEGO, CA) and FOB ORIGIN. The justification for other than full and open competition highlights the brand-name requirement for fleet standardization.