61 - FMS REPAIR - CONTROL, GENERATOR

SOL #: N0038326QF125Solicitation

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

Motor and Generator Manufacturing (335312)

PSC

Electrical Control Equipment (6110)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 17, 2026
2
Submission Deadline
May 17, 2026, 6:00 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, is soliciting proposals for the repair of one (1) unit of GENERATOR, ALTERNATI (NSN: 7RH 6110 015046723 BL). This is a limited source requirement for a Critical Application Item (CAI) under FMS Case AT-P-GXO, where the government lacks sufficient data to contract with other than the current source. Government Source Approval is mandatory prior to award. Proposals are due by May 17, 2026.

Scope of Work

This solicitation is for the repair of a single unit of the specified generator. The item is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Key requirements include:

  • Compliance with specific preservation, packaging, packing, and marking standards, including MIL-STD-2073-1E, MIL-STD-129, and "BEST STANDARD COMMERCIAL PACKAGING FOR OVERSEAS SHIPMENT."
  • Mandatory compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) requirements.
  • Provision of Hazardous Material identification and Safety Data Sheets.
  • Potential unique identification and valuation requirements.

Contract & Timeline

  • Contract Type: Firm Fixed Price.
  • Induction Period: 365 calendar days from contract award, with the government reserving the right to extend this by an additional 365 days, for a total of two years.
  • Pricing: Contractors must propose option pricing for a maximum of 10 units over the entire contract period. Separate pricing is required for the second year if it differs from the first 365 days.
  • Response Due: May 17, 2026, Close of Business.
  • Published Date: April 17, 2026.

Eligibility & Set-Aside

This is not a small business set-aside. Government Source Approval is a prerequisite for award. Offerors who are not currently approved must submit all information detailed in the NAVSUP WSS Source Approval Brochure along with their proposal. Offers failing to provide this required data will not be considered for award. The brochure can be found at https://www.navsup.navy.mil/Business-Opportunities/Home/.

Evaluation

Proposals will be evaluated based on Technical Acceptability, Repair Turnaround Time (RTAT), Price, and Past Performance/Reliability. Technical Acceptability and RTAT are identified as the most important factors.

Contact

For information or questions, contact Mrs. Dana Scott at dana.l.scott14.civ@us.navy.mil or 771-229-0557.

People

Points of Contact

Files

Files

View
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 17, 2026
61 - FMS REPAIR - CONTROL, GENERATOR | GovScope