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, specifically NAVSUP Weapon Systems Support (WSS), has issued a solicitation for the repair and modification of Electro-Mechanical Actuators. This requirement is governed by the terms and conditions of Basic Ordering Agreement (BOA) N0038322GZ901. Responses are due by March 4, 2026.
Scope of Work
The contractor shall provide all necessary facility, labor, materials, parts, and test/tooling equipment to return the following items to a Ready For Issue (RFI) condition:
- Item: Actuator, Electro-Mechanical
- NSN: 1680-01-688-4860
- Part Number: 825800-5
- Original Manufacturer: Hamilton Sundstrand Corporation (Collins/UTAS)
Key Technical Requirements:
- Repairs must be performed in accordance with the latest approved drawings and technical publications.
- Wire Prohibition: The use of MIL-W-81381 wire is strictly prohibited; SAE-AS22759 series wire must be used instead.
- Quality Standards: Contractors must maintain a quality system conforming to ISO 9001 / SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
- BER Threshold: An item is considered Beyond Economical Repair (BER) if repair costs exceed 75% of the current production price.
Contract & Timeline
- Type: Solicitation (under BOA N0038322GZ901)
- Set-Aside: None specified
- Response Due: March 4, 2026
- Published: February 27, 2026
Evaluation
Evaluation will be based on the contractor's ability to meet the Statement of Work (SOW) requirements, including adherence to approved repair procedures, quality management certifications, and the ability to provide all necessary special tooling and test equipment.
Additional Notes
Contractors are responsible for all manufacturing aids, including jigs and fixtures, as the Government will not provide Government Furnished Property (GFP) for this effort. Part cannibalization is strictly prohibited unless specifically approved by NAVSUP WSS.