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, NAVSUP Weapon Systems Support is soliciting firm-fixed price proposals for the repair and modification of "MOTOR, ALTERNATING C" under an Advanced Equipment Repair Program (AERP) sole-source requirement. This opportunity requires offerors to possess a CONFIDENTIAL security clearance due to classified annexes. Proposals are due by April 13, 2026.
Scope of Work
This contract covers the manufacture or refurbishment of the "MOTOR, ALTERNATING C," including parts replacement, in accordance with specific CAGE, drawing, and SUBMEPP Repair Instruction 2380-012-0001 Rev C CHG 8 (CSD557) standards. The effort requires adherence to a 365-day Repair Turnaround Time (RTAT) and compliance with Commercial Asset Visibility (CAV) requirements.
Contract & Timeline
- Type: Firm-Fixed Price (awarded against Basic Ordering Agreement N0010424GZX01)
- Set-Aside: None specified
- Published: March 16, 2026
- Response Due: April 13, 2026, 6:00 PM ET
Key Requirements
Offerors must provide a firm-fixed price for the full repair effort, including Teardown and Evaluation rate, proposed RTAT, Throughput Constraint, and Induction Expiration Date. A "cost of new" price is also required. If the offeror is not the Original Equipment Manufacturer (OEM), a signed letter of authorization from the OEM is mandatory. A valid U.S. Security Clearance of CONFIDENTIAL or higher is essential to access the classified RFP annex. Price reductions will be applied for failure to meet the required RTAT. This is a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS).
Additional Notes
Contractual documents will be issued electronically. Access to classified documents, specifically Drawing 830-6404016, Confidential, is required and must be handled in accordance with the National Industrial Security Program Operating Manual (NSPOM). Contract Support Documents (CSDs) are to be obtained from ECDS at https://register.nslc.navy.mil/, and certification documentation must be submitted via Wide Area Work Flow (WAWF).