10--SOLENOID,ELECTRICAL, IN REPAIR/MODIFICATION OF
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, NAVSUP Weapon Systems Support Mech, is seeking proposals for the repair and modification of SOLENOID, ELECTRICAL components. This requirement is issued pursuant to Emergency Acquisition Flexibilities (EAF) and will result in a DO certified rated order under the Defense Priorities and Allocations System (DPAS). The solicitation is a Total Small Business Set-Aside. Proposals are due by February 27, 2026.
Scope of Work
This contract covers the repair and quality requirements for the SOLENOID, ELECTRICAL, ensuring components meet operational and functional specifications (Cage Code 53711, Ref. No. 809381-1). All repair work must adhere to the contractor's standard practices, manuals, drawings, and technical orders. Key requirements include:
- Mercury-Free: Materials must be free from metallic mercury contamination, especially for use on submarines/surface ships.
- Marking: Items shall be identified in accordance with MIL-STD-130.
- Repair Process: Vendors must complete a teardown & evaluation (TD&E) within 90 days of receiving carcasses and submit a Firm-Fixed Price (FFP) quote for the full repair effort. An estimated repair price for the full effort and the cost of new (actual or estimated) for evaluation purposes are required.
- Deliverables: Quotes must specify any exceptions (e.g., MIL-STD Packaging, Labeling, Inspection/Acceptance) and include costs for repairing unwhole, missing, or damaged material. Required information includes TD&E Rate, Repair Turn Around Time (RTAT), Throughput Constraint, and Induction Expiration Date. The requested RTAT is 121 days.
- Quality Assurance: The contractor is responsible for all inspection and testing per original manufacturer's specifications and drawings, maintaining records for 365 days post-delivery.
- Packaging: MIL-STD 2073 packaging applies.
Contract & Timeline
- Type: Solicitation (resultant award will be bilateral, FFP quotes for repair)
- Set-Aside: Total Small Business
- Proposal Due: February 27, 2026, at 8:30 PM EST (extended from December 17, 2025)
- Published: December 22, 2025
Evaluation
Award consideration will be given only to authorized distributors of the original manufacturer's item; proof on company letterhead is required with the offer. The resultant award will be issued bilaterally, requiring the contractor's written acceptance. Price reductions will be incurred for failure to meet the required RTAT.
Additional Notes
Access to drawings must be requested on the SAM.gov solicitation page, followed by an email to the Point of Contact. Information on obtaining applicable documents (MIL-STD-129, MIL-STD-130, MIL-STD 2073) is provided. Contact Heather R. Jones at HEATHER.R.JONES52.CIV@US.NAVY.MIL or 717-605-4866 for inquiries.