16--ACTUATOR,ELECTROMEC, IN REPAIR/MODIFICATION OF
SOL #: N0038325QT556Solicitation
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
Original Source
Timeline
1
Posted
Feb 21, 2026
2
Last Updated
Feb 21, 2026
3
Submission Deadline
Mar 16, 2026, 8:30 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, NAVSUP WEAPON SYSTEMS SUPPORT, has issued a Solicitation for the repair and modification of Electromechanical Actuators (NSN: 7RH 1680 014183151 V2). This opportunity requires contractors to restore units to a serviceable condition, adhering to strict quality and technical specifications. An amendment has extended the solicitation response date to March 16, 2026.
Scope of Work
This contract covers the repair, testing, and inspection of Electromechanical Actuators. Key requirements include:
- Repair Process: Disassembly, repair, and assembly must comply with current engineering drawings and configuration specifications. Contractors are responsible for providing all necessary labor, new/reworked parts, materials, and test equipment.
- Quality Assurance: Contractors must maintain a quality control system meeting standards such as MIL-I-45208A, MIL-Q-9858, or ISO-9000/9001/9002. This includes process control documentation, receiving inspection of purchased materials, and failure analysis.
- Repair Turnaround Time (RTAT): A contractual delivery requirement of 49 days from asset receipt to acceptance. Contractors must also provide a throughput constraint.
- Material Requirements: Use of MIL-W-81381 wire is prohibited; SAE-AS22759 series wire must be used instead. Contractors are responsible for supplying all parts and materials unless specifically identified as Government Furnished Material (GFM). Part cannibalization is generally not authorized without specific approval.
- BER/MOI/OAR: Specific procedures are outlined for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, requiring DCMA verification and PCO approval.
- Government Furnished Property: The Government will not provide equipment such as fixtures, jigs, dies, patterns, special tooling, or test equipment; these are the contractor's responsibility.
Contract & Timeline
- Opportunity Type: Solicitation
- Product Service Code: 1680 - Miscellaneous Aircraft Accessories And Components
- Response Due Date: March 16, 2026, 8:30 PM EST (extended by amendment)
- Published Date: February 21, 2026
- Set-Aside: None specified
- Induction Expiration Date: 365 days after contract award date.
Additional Notes
Contractual documents are considered
People
Points of Contact
CAROLYN.A.CLARK30.CIV@US.NAVY.MILPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Feb 21, 2026
Version 1
Pre-Solicitation
Posted: Feb 21, 2026