16--ACTUATOR,MECHANICAL, 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 seeking contractors for the repair and modification of Mechanical Actuators (P/N 011072666, NSN 8118). This solicitation outlines comprehensive requirements for returning these critical aircraft components to a serviceable condition, ensuring operational readiness.
Scope of Work
This opportunity involves the repair, testing, and inspection of mechanical actuators. Key aspects include:
- Repair Procedures: Disassembly, cleaning, inspection, component repair/replacement, reassembly, and testing in accordance with approved manuals. Detailed definitions for "Overhaul" and "Repair" are provided.
- Material Requirements: Contractor is responsible for supplying all necessary parts and materials, which must be new per FAR 52.211-5. Use of MIL-W-81381 wire is prohibited; SAE-AS22759 series wire must be used instead. Cannibalization requires specific PCO approval.
- Quality Assurance: 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. Process control documentation and repair procedures must be available for Government review and approval.
- Repair Definitions & Processes: Specific procedures are outlined for "Beyond Economical Repair (BER)," "Missing on Induction (MOI)," and "Over and Above Repair (OAR)," each requiring specific notifications and concurrences from DCMA and the PCO.
- Turnaround & Throughput: Contractors must meet specified Repair Turnaround Times (RTAT) and provide monthly throughput constraints.
- Markings & Storage: Markings must comply with MIL-STD-130. Proper enclosed warehouse storage is required for items awaiting and after repair.
Contract & Timeline
- Type: Solicitation for repair/modification services.
- Set-Aside: None specified.
- Proposal Due: February 23, 2026, at 8:30 PM EST.
- Published: January 23, 2026.
Evaluation
Evaluation will be conducted in accordance with standard commercial products and services procedures (as per clause "EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)").
Additional Notes
The contractor must specify the name and location of the facility performing the work. All contractual documents are considered "issued" upon deposit in mail, facsimile, or electronic commerce methods. Packaging requirements are per MIL-STD 2073.