Skip to content
Department of Defense

36--LIQUID END,PUMP - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF

Solicitation: N0010426QYA5K
Notice ID: 414df0f0b96c4370993665f9d5870121
TypePresolicitationPSC3655Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 14, 2026, 12:00 AM UTCDueMar 17, 2026, 04:00 AM UTCCloses in 21 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Mar 17, 2026. Industry: PSC 3655.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$5,782,319,125,117
Sector total $5,782,319,125,117 • Share 100.0%
Live
Median
$1,076,787
P10–P90
$49,898$65,000,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+1271575%($5,781,384,770,398)
Deal sizing
$1,076,787 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Mechanicsburg, PA • 17050-0788 USA

Point of Contact

Name
HELEN I. CARMELO, N741.P14, PHONE , EMAIL HELEN.I.CARMELO.CIV@US.NAVY.MIL
Email
HELEN.I.CARMELO.CIV@US.NAVY.MIL
Phone
215)697-0000

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

Description

NSN 7H-3655-010655593-CP, TDP VER 002, QTY 3 EA, DELIVER TO SW3117, DLA DISTRIBUTION NORFOLK VA, NORFOLK, VA 23511-0001, INDUCTION NIIN IS 7H, 3655, 010655593, CP, LIQUID END,PUMP, 528P194. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. THIS IS A LEVEL 1 ITEM WHICH WILL BE ACQUIRED FROM APPROVED SOURCES ONLY. CONTRACTS WILL BE AWARDED TO OFFERORS WHOSE INSPECTION SYSTEM CONFORMS TO MIL-I-45208A OR EQUIVALENT AS CERIFIED BY A JOINT DCMA/NAVSUP WSS SURVEY TEAM. INFORMATION ABOUT THE MIL-I-45208A REQUIREMENT MAY BE OBTAINED FROM NAVSUP WEAPON SYSTEMS SUPPORT, CODE N97122, P.O. BOX 2020, MECHANICSBURG PA 17055-0788. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 16, 2026
Executive summary

The Department of the Navy is seeking proposals for the procurement of 3 units of the liquid end for a pump, categorized under NSN 7H-3655-010655593-CP. The anticipated response deadline is March 17, 2026, with a focus on approved sources only, as the government does not own the data necessary for procurement from alternative suppliers. This contract action will utilize FAR 6.302-1, indicating that competition will be limited to one source due to specific qualification requirements.

What the buyer is trying to do

The buyer intends to procure a specific liquid end pump replacement part under NSN 7H-3655-010655593-CP while complying with stringent quality assurance standards (MIL-I-45208A). The aim is to ensure reliability and conformance to military specifications in a non-competitive acquisition process.

Work breakdown
  • Review and understand the TDP VER 002 and specifications for the liquid end pump.
  • Prepare compliance documentation to meet MIL-I-45208A standards.
  • Submit proposal or capability statement to the contracting officer for potential purchase.
  • Identify logistics for delivery to DLA Distribution, Norfolk, VA.
Response package checklist
  • Company qualifications and certifications documentation.
  • Quality assurance plan conforming to MIL-I-45208A.
  • Cost proposal for the 3 units of liquid end pump.
Suggested keywords
liquid pump endMIL-I-45208ANSN 3655DLA DistributionpresolicitationDepartment of the Navynon-competitive procurement
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific performance period for the contract is not provided.
  • Information on delivery timeframe post-award not mentioned.
  • Details on who qualifies as an approved source are not included.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.