61--POWER SUPPLY, IN REPAIR/MODIFICATION OF

SOL #: N0010426QYA5RSolicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Power (335311)

PSC

Transformers: Distribution And Power Station (6120)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Mar 30, 2026, 8:30 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 MECH) has issued a Solicitation for the repair and modification of power supplies. This opportunity is designated as a Total Small Business Set-Aside (FAR 19.5) and is being conducted under Emergency Acquisition Flexibilities (EAF). The resultant award will be a bilateral agreement. Proposals are due by March 30, 2026.

Scope of Work

This requirement covers the repair and modification of power supplies, specifically referencing CAGE Code 04804, Ref. No. 5D89712G01. All repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Items must be marked in accordance with MIL-STD-129. Strict procedures are outlined for changes in design, material, servicing, or part numbers, requiring prior approval from the NAVICP-MECH Contracting Officer for most changes. A critical requirement is that all material supplied must be mercury-free for use on submarines/surface ships, with specific protocols for obtaining approval if metallic mercury is functionally required.

Contract & Timeline

  • Type: Solicitation (bilateral agreement)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: March 30, 2026, 8:30 PM EDT
  • Published: February 26, 2026
  • DPAS Rating: Any contract awarded will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).

Quality Assurance & Packaging

The contractor is responsible for performing all inspection and testing requirements as per the original manufacturer's specifications and drawings. Records of all inspection work must be maintained and available to the Government for 365 calendar days post-delivery. Packaging, preservation, packing, and marking must comply with the Contract/Purchase Order Schedule and MIL-STD 2073.

Additional Notes

This procurement is pursuant to Emergency Acquisition Flexibilities. Offerors who are not the Original Equipment Manufacturer (OEM) must provide a signed letter of authorization as a distributor. If packaging occurs at a different location, the offeror must provide the facility's name, address, and CAGE. Information on obtaining applicable documents (e.g., MIL-STD-129) is provided, including contacts for specific types of publications.

People

Points of Contact

HELEN.I.CARMELO.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Feb 26, 2026
Version 1
Pre-Solicitation
Posted: Feb 19, 2026
View
61--POWER SUPPLY, IN REPAIR/MODIFICATION OF | GovScope