Opportunity

SAM #70Z08026Q20092

US Coast Guard Solicitation for Rotary Pump Assemblies

Buyer

USCG Surface Forces Logistics Center Procurement Branch 1

Posted

April 07, 2026

Respond By

April 13, 2026

Identifier

70Z08026Q20092

NAICS

333914, 333996

This procurement opportunity from the US Coast Guard Surface Forces Logistics Center seeks rotary pump assemblies for operational use. - Government Buyer: - United States Coast Guard Surface Forces Logistics Center (SFLC PROCUREMENT BRANCH 1) - OEMs and Vendors: - B.V. Technishch Bureau Uittenbogaart (OEM of the specified pump) - Products/Services Requested: - Seven (7) units of JETS 15MB-D Vacuumarator Pump and Motor Assembly - Part Number: 200015003 - National Stock Number (NSN): 4320-25-160-7781 - Capacity: 15M3/HR, Flushing capacity: 120-150 flushes/hr - Material: Bronze and stainless steel construction - Unique or Notable Requirements: - Each pump/motor assembly must be individually packaged per MIL-STD-2073-1E - Marking must comply with MIL-STD-129R and barcoding per ISO/IEC-16388-2007 (Code 39 symbology) - Standard commercial packaging is not acceptable - Offers must be for the brand name or an equal product meeting all salient characteristics - Inspection upon delivery; non-compliance with packaging/marking may result in rejection and delayed payment - Set aside for small businesses under NAICS code 333914 - Place of Performance/Delivery: - Delivery to Coast Guard warehouse in Norfolk, VA (SFLC PROCUREMENT BRANCH 1, 300 EAST MAIN ST, STE 950, VESS DIV, NORFOLK, VA 23510)

Description

The United States Coast Guard Surface Forces Logistics Center has a requirement and is requesting quotations for the following parts:

Item 1) NSN: 4320-25-160-7781 Description: PUMP ROTARY JETS 15 MD-D-ASSY JETS 15MB-D VACUUMARATOR PUMP AND MOTOR.

Specifications: Capacity: 15M3/HR Flushing Capacity at 50Hz: 120 Flushes/HR Flushing Capacity at 60Hz: 150 Flushes/HR Outside Dimensions: 554 x 214 x 332 mm (L x W x H) Electric Motor: MEZ 7AA 90L-02 Pump Casing Material: Bronze Rotor Housing Material: Stainless Steel AISI 316 Pump Rotor Material: Bronze Pump Knives Material: Stainless Steel AISI 316 Pump Shaft Material: Stainless Steel AISI 316 Connection Inlet: 50 Connection Outlet: 50 Total Weight: 408 lbs

Important Notices: ***** Due to issues with items from JETS not meeting PP&M requirements upon receipt at the warehouse and the difficulty vendors face in correcting these issues, vendors must be reminded of the following: There will be a delay in payment or items being shipped back at the vendors' expense if the items do not meet PP&M requirements. Items will be held to the contracted price at the time of award. Each pump/motor assembly shall be individually packaged and packed in accordance with MIL-STD-2073-1E Method 10 inside a Type V, Style B covered crate with lag bolts, conforming to ASTM D6039, utilizing cushioning, blocking, and bracing as appropriate to prevent movement and damage from external impact, shipping, and handling. Each package shall be marked in accordance with MIL-STD-129R, except barcoded in accordance with ISO/IEC-16388-2007, Code 39 symbology. All items are inspected upon delivery to the Coast Guard warehouse. Failure to meet packaging, packing, marking (PP&M), and bar-coding requirements will result in rejection and possible return to the vendor, delaying payment. Questions regarding PP&M or bar-coding should be addressed with the contracting officer prior to contract award.

Vendor Information: Manufacturer: B.V. Technisch Bureau Uittenboogaart Part Number: 200015003 Quantity: 7 each

Additional Notes: ***** Standard commercial packaging is unacceptable. If you cannot meet the Coast Guard's packaging requirements, your quote will not be accepted. ***** Brand name parts are mandatory for consideration. Offers of 'equal' products must meet the salient physical, functional, or performance characteristics specified in this solicitation. The USCG will determine if an alternate part is acceptable.

Solicitation Details: This is a combined synopsis/solicitation for a commercial item, prepared in accordance with FAR Subpart 12.6, FAC 2026-01 (Mar 13, 2026), and additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested, and a written solicitation will not be issued. The NAICS code is 333914 with a business size standard of 750 employees. The purchase will be awarded using simplified acquisition procedures in accordance with FAR 13.106.

Award Information: The Coast Guard intends to award on an all-or-none basis to a responsible offeror whose conforming offer is the most advantageous to the government. The award will be based on the lowest price technically acceptable. The contract will be a Firm Fixed Price contract.

Submission Requirements: All responsible sources may submit a quotation, which, if timely received, shall be considered. Vendors must have a valid DUNS number, be registered in SAM.gov, and provide their Tax Identification Number (TIN) with their offer. The closing date and time for receipt of quotations is April 13, 2026, at 10:00 am Eastern Standard Time.

Offeror Submission Details: Offerors must include the following information in their quote: Disclosure regarding foreign incorporation status, with appropriate checkboxes and documentation as applicable. Confirmation of compliance with FAR clauses and certifications.

Applicable FAR Clauses: Offerors may obtain full texts of these clauses electronically at www.acquisition.gov. Key clauses include: 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023) 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2025) with Alternate I 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2023) 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders (Mar 2026)

Additional FAR Clauses: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020, with Alternate I (Nov 2021)) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2022) 52.219-28, Post Award Small Business Program Representation (Feb 2024) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-50, Combat Trafficking in Persons (Oct 2025) 52.225-1, Buy American Act-Supplies (Oct 2022) 52.225-3, Buy American Act-Free Trade Agreement (Nov 2023) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)

Addenda: Copies of HSAR clauses can be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts purchased for Inventory Control Points from HQ Contracts (Oct 2008). Copies of CGAP clauses are available at www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf.

View original listing