6125 - Repair of qty 2 EA, 70 kW Motor Generator Set
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), Mechanicsburg, PA, intends to award a sole source contract for the repair of two (2) 70 kW Motor Generator Sets (NSN 4Y 6125 01 331 6866). This requirement, rated "DX" under the Defense Priorities and Allocations System (DPAS), is being solicited under FAR Part 15, Contracting by Negotiation, due to its sole source nature (Item RMC code 3D). Offers are due by 4:00 PM Local Time on February 17, 2026.
Scope of Work
This solicitation requires the refurbishment of two 70 kW Motor Generator Sets to "A" condition, specifically for the TRIPER program. Key requirements include:
- Compliance with SUBMEPP Refurbishment Instruction No. 3140-012-0697 Rev C Chg 3.
- Provision of DoD unique identification or a DoD recognized unique identification equivalent.
- Adherence to specific preservation, packaging, packing, and marking requirements detailed in Section D and various referenced standards (e.g., MIL-STD-2073-1, ASTM D3951).
- Compliance with ISO 9001 Quality Management Systems - Requirements and ISO 10012 Requirements for Measurement Processes and Measuring Equipment.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) for Contract Line Items (CLINs), awarded via FAR Part 15, Contracting by Negotiation.
- DPAS Rating: DX
- Period of Performance: Induction for a one-year period from the date of order, unless otherwise directed.
- Set-Aside: None (Sole Source under FAR 6.302-1).
- Offers Due: February 17, 2026, by 4:00 PM Local Time.
- Published: February 5, 2026.
Submission & Evaluation
Proposals must be submitted according to instructions in Section L. Evaluation criteria are detailed in Section M. Offerors must ensure they can meet all data item requirements outlined in the Contract Data Requirements List (CDRLs), including submission via WAWF (Wide Area Work Flow). Approval of certifications by SUBMEPP (N45404) is required 20 days prior to shipment.
Additional Notes
The Contract Data Requirements List (CDRLs) specifies various data items such as SUBMEPP Receipt Inspection, Condition Report, Welding Procedures, and Certification of Compliance, all to be submitted as required. Commercial Asset Visibility (CAV) is optional. For inquiries, contact Jeffrey Dietrich at jeffrey.a.dietrich5.civ@us.navy.mil.