16--ACTUATOR,ELECTRO-ME, IN REPAIR/MODIFICATION OF

SOL #: N0038326RNA29Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Mar 4, 2026, 6:00 PM

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.

People

Points of Contact

ARIANNA.G.PILLA.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Feb 27, 2026
Version 1
Pre-Solicitation
Posted: Feb 26, 2026
View