16--ACTUATOR,ELECTRO-ME, 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 is soliciting quotes for the repair and modification of ACTUATOR,ELECTRO-ME (P/N P468A0001-02, NSN 7RH 1680 015155144 V2). This requirement is for a Firm-Fixed Price contract and has no set-aside recommendation. Quotes are due by March 2, 2026.
Scope of Work
This solicitation covers the repair, testing, and inspection of the specified actuator in accordance with MOOG Technical Drawings and Specifications. The contractor will be responsible for providing all necessary equipment, labor, materials, parts, and tooling. Key requirements include the prohibition of MIL-W-81381 wire, mandating SAE-AS22759 series wire, and compliance with IPC/EIAJ-STD-001C if MIL-STD-454 is referenced. The Statement of Work defines terms such as Overhaul, Repair, Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR).
Contract & Timeline
- Type: Firm-Fixed Price (RFP for quotes)
- Set-Aside: None
- Response Due: March 2, 2026, 6:00 PM EST
- Published: January 29, 2026
- Place of Performance: MOOG, WOLVERHAMPTON LTD, WEST MIDLANDS WV9 5GB, UNITED KINGDOM (Cage Code K0648)
Requirements & Quality
Contractors must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1. Overall quality control must align with Mil-I-45208A, Mil-Q-9858, or ISO-9000/9001/9002. All parts and materials supplied by the contractor (unless Government Furnished Material) must be new per FAR 52.211-5, with cannibalization requiring PCO approval. Contractors are required to maintain repair procedures, test/inspection information, quality control documentation, and historical record files. Configuration management must adhere to NAVSUP WSS clause NAVICPIA18. Procedures for failure analysis, corrective action, and control of nonconforming material are mandatory. Packaging must comply with MIL-STD 2073.
Submission Details
Quotes must be emailed to linda.vong2.civ@us.navy.mil and received on or before the closing date.