Task Order 2 for Pump and Motor Assembly Remanufacture Awarded at $602,500 to Heritage Hydro Governor Service Inc
Contract Overview
Contract Amount: $60,250 ($60.3K)
Contractor: Heritage Hydro Governor Service Inc
Awarding Agency: Department of the Interior
Start Date: 2026-03-10
End Date: 2026-05-29
Contract Duration: 80 days
Daily Burn Rate: $753/day
Competition Type: COMPETED UNDER SAP
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TASK ORDER #2 - PUMP AND MOTOR ASSEMBLY REMANUFACTURE
Place of Performance
Location: PLOVER, PORTAGE County, WISCONSIN, 54467
Plain-Language Summary
Department of the Interior obligated $60,250 to HERITAGE HYDRO GOVERNOR SERVICE INC for work described as: TASK ORDER #2 - PUMP AND MOTOR ASSEMBLY REMANUFACTURE Key points: 1. The contract value of $602,500 appears reasonable for specialized pump and motor remanufacturing services. 2. Competition dynamics for this task order are not fully detailed but were competed under SAP, suggesting a streamlined process. 3. The fixed-firm price contract type mitigates cost overrun risks for the government. 4. The duration of 80 days for delivery indicates a focused scope of work. 5. The contract falls under the Fluid Power Pump and Motor Manufacturing NAICS code, indicating a specialized industrial service. 6. The award to Heritage Hydro Governor Service Inc. suggests a focus on established suppliers for critical equipment.
Value Assessment
Rating: good
The contract value of $602,500 for pump and motor assembly remanufacture is within a typical range for specialized industrial equipment services. Without specific benchmarks for this exact type of remanufacturing, a direct per-unit cost comparison is difficult. However, the firm-fixed-price nature of the award provides cost certainty to the government, suggesting a well-defined scope and anticipated costs.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
This task order was competed under SAP (Small Acquisition Procedures), which typically involves a limited number of bidders, often those pre-qualified or on a specific list. While this method can expedite the acquisition process, it may not always yield the most competitive pricing compared to full and open competition. The exact number of bidders is not specified, but the use of SAP suggests a more restricted competition.
Taxpayer Impact: Competing under SAP can lead to faster delivery but may result in slightly higher prices than a broad, open competition. Taxpayers benefit from the efficiency, but the potential for missed cost savings due to limited bidder pool is a consideration.
Public Impact
The Bureau of Reclamation benefits from the remanufacturing of essential pump and motor assemblies, ensuring operational continuity for water management infrastructure. Specialized remanufacturing services are delivered, extending the lifespan of critical industrial components. The geographic impact is primarily within Wisconsin, where the contractor is located, though the serviced equipment could be located elsewhere. The contract supports specialized technical labor within the fluid power industry.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition under SAP may not guarantee the lowest possible price.
- Lack of detailed performance metrics makes it difficult to assess the quality of remanufacturing beyond the fixed-price guarantee.
Positive Signals
- Firm-fixed-price contract type provides cost certainty.
- Award to an established entity suggests a degree of reliability.
- Specific NAICS code indicates specialized expertise.
Sector Analysis
The Fluid Power Pump and Motor Manufacturing sector involves the production and servicing of hydraulic and pneumatic systems. This contract for remanufacturing fits within the industrial equipment maintenance and repair segment of this sector. While specific market size data for pump and motor remanufacturing is not readily available, the broader fluid power industry is substantial, supporting critical operations across manufacturing, defense, and infrastructure.
Small Business Impact
There is no indication that this contract was set aside for small businesses, nor is there information on subcontracting plans. The contractor, Heritage Hydro Governor Service Inc., is likely a small business itself given the contract value, but this does not represent a formal small business set-aside. The impact on the broader small business ecosystem is minimal without specific subcontracting requirements.
Oversight & Accountability
Oversight for this task order would typically fall under the Bureau of Reclamation's contracting officer and program managers. Accountability is primarily driven by the firm-fixed-price contract terms and the delivery schedule. Transparency is moderate, as contract awards are generally public, but detailed performance monitoring and internal oversight processes are not publicly disclosed.
Related Government Programs
- Industrial Equipment Maintenance Contracts
- Fluid Power Systems Procurement
- Bureau of Reclamation Equipment Services
Risk Flags
- Limited Competition Risk
- Performance Uncertainty Risk
- Technical Expertise Verification
Tags
fluid-power-pump-and-motor-manufacturing, department-of-the-interior, bureau-of-reclamation, task-order, fixed-price, limited-competition, industrial-services, wisconsin, small-acquisition-procedures
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $60,250 to HERITAGE HYDRO GOVERNOR SERVICE INC. TASK ORDER #2 - PUMP AND MOTOR ASSEMBLY REMANUFACTURE
Who is the contractor on this award?
The obligated recipient is HERITAGE HYDRO GOVERNOR SERVICE INC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Bureau of Reclamation).
What is the total obligated amount?
The obligated amount is $60,250.
What is the period of performance?
Start: 2026-03-10. End: 2026-05-29.
What is the track record of Heritage Hydro Governor Service Inc. with federal contracts?
Information regarding Heritage Hydro Governor Service Inc.'s specific track record with federal contracts is not detailed in the provided data. A comprehensive review would require searching federal procurement databases like SAM.gov or FPDS for past awards, performance reviews, and any reported issues. Understanding their history with similar remanufacturing tasks, contract values, and on-time delivery rates would provide crucial context for assessing their reliability and value proposition for this specific task order.
How does the $602,500 value compare to similar pump and motor remanufacturing contracts?
Benchmarking the $602,500 value requires access to a database of comparable federal contracts for pump and motor assembly remanufacturing. Factors such as the specific type of pump/motor, complexity of the remanufacturing process, required turnaround time, and the original equipment manufacturer significantly influence pricing. Without these specific details and comparative data, it's challenging to definitively state if this value represents excellent, fair, or questionable pricing. The firm-fixed-price nature suggests the government believes this price adequately covers the defined scope.
What are the primary risks associated with this contract?
The primary risks associated with this contract include potential delays in delivery if the remanufacturing process encounters unforeseen complexities, and the possibility that the remanufactured components may not meet performance expectations over their extended lifespan, despite the fixed-price nature. Given the limited competition under SAP, there's also a risk that the government did not secure the most cost-effective solution available in the market. Ensuring the contractor possesses the requisite technical expertise for specialized fluid power systems is also a key consideration.
How effective is the Bureau of Reclamation in managing fluid power equipment maintenance contracts?
The effectiveness of the Bureau of Reclamation in managing fluid power equipment maintenance contracts can be assessed by examining their historical performance data, such as on-time delivery rates, contract cost growth, and the longevity/reliability of serviced equipment. Their continued reliance on such contracts suggests a perceived effectiveness in maintaining critical infrastructure. However, a deeper analysis would involve reviewing Inspector General reports, contract close-out data, and user feedback on equipment performance post-remanufacturing.
What are historical spending patterns for pump and motor remanufacturing within the Department of the Interior?
Historical spending patterns for pump and motor remanufacturing within the Department of the Interior would reveal the frequency, value, and types of contracts awarded for such services. Analyzing this data over several fiscal years can identify trends, key contractors, and potential areas for cost savings or consolidation. This specific task order represents a single instance of spending, and its significance is best understood within the broader context of the DOI's overall maintenance and repair budget for fluid power systems.
Industry Classification
NAICS: Manufacturing › Other General Purpose Machinery Manufacturing › Fluid Power Pump and Motor Manufacturing
Product/Service Code: PUMPS AND COMPRESSORS
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 140R1724Q0004
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4337 MICHAEL CT, PLOVER, WI, 54467
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $60,250
Exercised Options: $60,250
Current Obligation: $60,250
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140R1725D0001
IDV Type: IDC
Timeline
Start Date: 2026-03-10
Current End Date: 2026-05-29
Potential End Date: 2026-05-29 00:00:00
Last Modified: 2026-04-09
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)