28--CRANKSHAFT,DIESEL E, 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 MECH, has issued a Solicitation for the repair and modification of CRANKSHAFT, DIESEL E. This opportunity is designated as a Total Small Business Set-Aside and is pursuant to Emergency Acquisition Flexibilities (EAF). The resultant award will be a bilateral agreement. Proposals are due by April 13, 2026.
Scope of Work
This contract requires the repair and modification of Diesel Engine Crankshafts (Product Service Code 2815). Key requirements include:
- Operational and Functional Compliance: Repairs must meet the operational and functional requirements associated with Cage Code 7PZX0 and reference number 16608665, adhering to contractor's standard repair practices, manuals, and technical directives.
- Marking: Items must be physically identified in accordance with MIL-STD-129.
- Design Changes: Any changes in design, material, servicing, or part number (except Code 1) require prior written approval from the NAVICP-MECH Contracting Officer.
- Mercury-Free Requirement: The material supplied must be free from metallic mercury and contamination, especially for use on submarines/surface ships. Written approval is mandatory if mercury is a functional part of the item. This requirement extends to subcontractors.
- Quality Assurance: The contractor is responsible for all inspection and testing, adhering to original manufacturer's specifications. Records must be maintained for 365 days post-delivery.
- Packaging: Preservation, packaging, packing, and marking must comply with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation (anticipated bilateral award)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 2815 (Diesel Engines And Components)
- Response Due: April 13, 2026, 8:30 PM EDT
- Published Date: March 12, 2026
- Option: Includes an option for increased quantity, exercisable within 365 days after award, allowing for additional quantities via modification without re-solicitation. Pricing for this option is requested.
Evaluation
Award will be based on the best value to the Government, with price as a secondary evaluation factor. This evaluation will include consideration of the option provision.
Additional Notes
Offerors who are not the Original End Manufacturer (OEM) must state the OEM's company name and CAGE, and provide a signed letter of authorization as a distributor on the OEM's letterhead. If packaging occurs at a different location, the offeror must provide the facility's name, address, and CAGE. Any awarded contract will be DO certified under the Defense Priorities and Allocations System (DPAS).