61 - FMS Repair - GENERATOR, ALTER
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 (WSS) Philadelphia, has issued an Unrestricted solicitation for the sole source repair of a GENERATOR, ALTER (NSN: 6115-011149696), identified as a Critical Safety Item (CSI). This requirement is for Foreign Military Sales (FMS Case: DE-P-RAJ). Proposals are due April 8, 2026, at 2:00 PM EST.
Scope of Work
This solicitation is for the repair of one (1) unit of GENERATOR, ALTER (NSN: 6115-011149696, Part Number: 70550-02031-111). The repair work must adhere to the contractor's standard practices, manuals, and directives, ensuring operational and functional requirements are met. The item is designated as a Critical Safety Item (CSI). Contractors must also comply with higher-level contract quality requirements, such as ISO 9001 or equivalent.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Unrestricted.
- Induction Period: The initial induction period is 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. Unused induction slots from the first year may be carried over.
- Option Pricing: Offerors must propose option pricing for a maximum of 10 units over the entire contract period. If pricing changes after the first 365 days, separate pricing for the second year is required.
- Total Contract Value: For threshold purposes, the total contract value will be calculated by multiplying the highest proposed unit price by the maximum number of units.
- Packaging & Marking: Strict compliance with Preservation, Packaging, Packing, and Marking Requirements (SECTION D/Clause WSSTERMDZ03) is mandatory, including MIL-STD-2073-1E and MIL-STD-129. Specific requirements for electrostatic discharge (ESD) and hazardous materials apply. For aviation material (COG Codes "7R", "6K", "0R"), Government-furnished containers require specific email requests with lead times (90 days for new procurements, 30 days for repair contracts).
Eligibility & Submission Requirements
- Source Approval: Government Source Approval is required prior to award. Offerors who are not currently approved must submit detailed information as outlined in the NAVSUP WSS Source Approval Brochure, available at https://www.navsup.navy.mil/Business-Opportunities/Home/. Proposals failing to provide all required source approval data will not be considered.
- NAICS Code: 335312.
- International Agreements: This acquisition is subject to Free Trade Agreements (FAR 52.225-3) and the World Trade Organization Government Procurement Agreement (FAR 52.225-5).
Deadlines & Contact
- Offer Due Date: April 8, 2026, at 2:00 PM EST.
- Published Date: March 9, 2026.
- Contact: For questions, contact Mrs. Dana Scott at dana.l.scott14.civ@us.navy.mil.