61--MOTOR,ALTERNATING C, 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, through NAVSUP Weapon Systems Support Mech, is soliciting proposals for the repair and modification of Alternating Current (AC) Motors. This is a Firm Fixed-Price opportunity seeking qualified contractors to perform repair services for specific motor types. Responses are due by March 20, 2026, at 6:00 PM EST.
Scope of Work
This solicitation covers the repair and modification of MOTOR, ALTERNATING C, specifically referencing CAGE 63743 and part numbers 5KS326NS129H and 3SDB5. Contractors must perform all repair work in accordance with their standard practices, manuals, and directives, including technical orders and approved repair standards. Key requirements include:
- Meeting operational and functional requirements for the specified CAGE/reference numbers.
- Marking items in accordance with MIL-STD-130, REV N.
- Adhering to strict quality assurance, with the contractor responsible for all inspection and testing per original manufacturer's specifications.
- Packaging in accordance with MIL-STD 2073.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) purchase orders.
- Set-Aside: None specified.
- Basic Ordering Agreement (BOA): If an offeror has an existing BOA, its terms and conditions are incorporated by reference and take precedence in case of conflict.
- Freight: FOB Origin. All transportation for asset pick-up is handled by the US Navy via the ATAC program.
- Government Source Inspection (GSI): Required.
- Commercial Asset Visibility (CAV): Reporting is mandatory, with Repair Turnaround Time (RTAT) measured from physical receipt of the F-condition asset at the contractor's facility.
- Beyond Repair (BR/BER): If an asset is determined BR/BER, the contracting officer will negotiate a reduced contract price (Not-to-Exceed) if costs were incurred during evaluation. DCMA Quality Assurance must provide written notification for BR assets.
- Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered. Proof of authorization on company letterhead is required with the offer.
Submission Requirements
Quotes must include:
- Unit Price and Total Price.
- Proposed Repair Turnaround Time (RTAT) in days. If not meeting the Government's required RTAT, provide capacity constraints.
- T&E fee/price if an asset is determined BR/BER.
- Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.
- New unit price and delivery lead-time for comparison purposes. The resultant award will be issued bilaterally, requiring the contractor's written acceptance. Offerors must verify nomenclature, part number, and NSN prior to responding.
Key Dates & Contacts
- Response Due Date: March 20, 2026, 6:00 PM EST.
- Published Date: February 18, 2026.
- Contract Specialist: JOSHUA.J.ESHLEMAN.CIV@US.NAVY.MIL, Phone: 717-605-6055. For material receipt issues (if not received within 30 days), contact at 771-229-0428.