6125 - Repair of qty 2 EA with option additional 1 EA, 10 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), Mechanicsburg, PA, intends to award a sole-source contract for the repair of 10 kW Motor Generator Sets (NSN 4Y 6125 01 329 8370). This is a Solicitation under FAR Part 15, Contracting by Negotiation, with a DX DPAS Rating. Proposals are due January 24, 2026.
Scope of Work
This opportunity is for the repair of two (2) 10 kW Motor Generator Sets, with an option for an additional one (1) unit. The work involves refurbishment of Government Furnished Material to "A" condition, in accordance with SUBMEPP Refurbishment Instruction No. 3140-012-0711 Rev C Chg 3. Key requirements include compliance with DFARS 252.211-7003 for item identification and valuation, specific preservation, packaging, packing, and marking requirements, and adherence to ISO 9001 Quality Management Systems and ISO 10012 Requirements for Measurement Processes and Measuring Equipment.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Authority: Sole source under FAR 6.302-1
- Period of Performance: One year for induction, unless otherwise directed by the PCO.
- Option: Option for up to 100% of ITEM 0001AA (10 kW Motor Generator Set) within 180 days after award.
- Proposal Due: January 24, 2026
- Published: January 28, 2026
Evaluation
Evaluation factors for award are outlined in Section M of the solicitation.
Additional Notes
This requirement is for the TRIPER program. The contract includes specific Contract Data Requirements List (CDRL) items, such as SUBMEPP Receipt Inspection, Condition Report, Welding Procedures, Reassembly Quality Assurance Report, Test Procedure, Test Inspection Report, and Certification of Compliance. Most data items are required "As Required" and must be submitted via Wide Area WorkFlow (WAWF). Approval of certifications by SUBMEPP is required 20 days prior to shipment. Hazardous material identification and Material Safety Data Sheets are also required per FAR clause 52.223-3. Payment requests and receiving reports are to be submitted via WAWF. Inquiries should be directed to the contact information provided in Section A, Item 10 of the solicitation.