39--CABLE ROLLER ASSEMB, IN REPAIR/MODIFICATION OF
SOL #: N0010425QNF04Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States
Place of Performance
Place of performance not available
NAICS
Overhead Traveling Crane (333923)
PSC
Winches, Hoists, Cranes, And Derricks (3950)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 29, 2026
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Feb 11, 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 (WSS), is seeking proposals for the repair and modification of CABLE ROLLER ASSEMB under a Total Small Business Set-Aside. This solicitation, issued under Emergency Acquisition Flexibilities (EAF), requires vendors to provide estimated repair prices and subsequently a Firm-Fixed Price (FFP) quote after a teardown and evaluation (TD&E) period. Proposals are due February 11, 2026.
Scope of Work
This requirement covers the comprehensive repair and modification of CABLE ROLLER ASSEMB units. Key aspects include:
- Teardown & Evaluation (TD&E): Vendors must complete TD&E within 120 days of carcass receipt and submit an FFP quote for the full repair effort.
- Repair Services: Full repair of material, including items in unwhole condition, missing hardware, damaged, or wear-damaged parts, and CAV Reporting.
- Quality Assurance: All repair work must meet operational and functional requirements, adhering to contractor's standard practices, manuals, and directives, including MIL-STD-129 for marking.
- Mercury-Free Requirement: Materials supplied for submarines/surface ships must be mercury-free.
- Packaging: MIL-STD 2073 packaging applies.
Contract & Timeline
- Type: Solicitation (resultant award will be bilateral)
- Set-Aside: Total Small Business
- NAICS: 333923 (Overhead Traveling Crane, Hoist, and Monorail System Manufacturing)
- Product Service Code: 3950 (Winches, Hoists, Cranes, And Derricks)
- Proposal Due: February 11, 2026, 8:30 PM EST
- Published: January 29, 2026
Key Requirements for Offerors
- OEM Information: If not the Original End Manufacturer (OEM), provide OEM name, CAGE, and a signed letter of authorization.
- Pricing: Provide estimated repair price initially, then an FFP quote after TD&E. Include cost of new (actual or estimated) for evaluation.
- Repair Turn Around Time (RTAT): Proposed RTAT and capacity constraints must be referenced in quotes. Requested RTAT is 108 days. Price reductions apply for failure to meet RTAT.
- Exceptions: Clearly specify any exceptions to MIL-STD Packaging, Labeling, Inspection & Acceptance locations, Packaging House, or surplus materials.
- DPAS Rating: Any contract awarded will be DX certified for national defense under DPAS.
Contact Information
- Primary Contact: APRIL.N.SCHLUSSER.CIV@US.NAVY.MIL, Phone: 7712290555
People
Points of Contact
APRIL.N.SCHLUSSER.CIV@US.NAVY.MILPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Jan 29, 2026
Version 1
Pre-Solicitation
Posted: Jan 29, 2026