6125 - Repair of qty 2 EA, 70 kW Motor Generator Set

SOL #: N0010426RZ051SolicitationSole Source

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

Motor and Generator Manufacturing (335312)

PSC

Converters, Electrical, Rotating (6125)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 12, 2026
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Feb 17, 2026, 9:00 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 (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.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Feb 5, 2026
Version 2
Solicitation
Posted: Jan 29, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 12, 2026
View
6125 - Repair of qty 2 EA, 70 kW Motor Generator Set | GovScope