61--ASSY, UPS
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 Mech, is soliciting proposals for a Firm Fixed-Price contract to procure ASSY, UPS (Uninterruptible Power Supply assemblies). This opportunity is a Total Small Business Set-Aside. The requirement specifies manufacturing by CGI Federal Inc. to specific drawing and part numbers. Proposals are due by April 3, 2026.
Scope of Work
This solicitation requires the manufacture and design of ASSY, UPS units, meeting the requirements specified in the ordering data and throughout the contract/purchase order. Key specifications include:
- Manufacturer: CGI Federal Inc. (CAGE 9X833)
- Drawing: 09205179
- Part Number: 09205179-02 (Acceptable Alternate: UPS1-1.25K-1G-SRNSLI-J2E, CAGE 1BCN7)
- Mercury Exclusion: Hardware and supplies must not intentionally contain or come into direct contact with mercury.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6130 (Converters, Electrical, Nonrotating)
- Response Due Date: April 3, 2026, 6:00 PM ET
- Published Date: March 4, 2026, 9:00 AM ET
Key Requirements & Instructions
- Technical Documentation: Applicable documents, including drawings and technical data, may be obtained from HTTPS://LOGISTICS.UNNPP.GOV/ECOMMERCE, which requires pre-registration and a password. Contractors must comply with specified document revisions.
- Order of Precedence: In the event of inconsistencies, amendments to the purchase order/contract take precedence, followed by the schedule of supplies, terms and conditions, Individual Repair Part Ordering Data (IRPOD) or Master Procurement Specification, invoked Standard Technical Requirements (STRs), drawings, and specifications. Section "C" of the contract/purchase order takes precedence over Section "D".
- Waivers/Deviations: Requests for delivery date extensions or non-conformance waivers must be identified as exceptions, accompanied by justification, an explanation of cause, and an offer of consideration. Supporting technical data is required for proposed alternate items. These requests must be presented to the Government Quality Assurance Representative (QAR) for comment and forwarding to the Post Award PCO.
- Quality Assurance: Contractors must provide and maintain an inspection system acceptable to the Government, with records available for review.
- Packaging: MIL-PRF-23199 and MIL-STD 2073 packaging requirements apply, with specific clarifications for MIL-DTL-24466 green poly bags for cleanliness-controlled components. Fire retardant packaging is no longer required.
- Deliverables: A Certificate of Compliance (DI-MISC-81356) is required at the time of material delivery for each unique combination of Contract/Purchase Order Number, National Stock Number, and Item Nomenclature. Detailed guidance on DD Form 1423 blocks is provided.
Contact Information
For inquiries, contact TAYLOR.BLOOR@NAVY.MIL or call 7712290099.