66--ALTIMETER,PRESSURIZ, 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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting proposals for the repair and modification of ALTIMETER,PRESSURIZ units. This opportunity is designated as a Total Small Business Set-Aside (FAR 19.5) and is issued under Emergency Acquisition Flexibilities (EAF). The resultant award will be bilateral, requiring contractor acceptance. Proposals are due March 9, 2026.
Scope of Work
This requirement covers the repair and quality assurance for ALTIMETER,PRESSURIZ units. Contractors must meet operational and functional requirements for specific Cage Code/Reference Number items (e.g., 89944 671CPX-10-051) and perform all repair work in accordance with their standard practices, manuals, and approved repair standards. A critical requirement is that materials must be mercury-free for use on submarines/surface ships.
Contract & Timeline
- Type: Solicitation (Bilateral Award)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6685 (Pressure, Temperature, And Humidity Measuring And Controlling Instruments)
- Proposal Due: March 9, 2026, 8:30 PM EST
- Published: February 6, 2026
Key Requirements & Instructions
- OEM Authorization: If not the Original End Manufacturer (OEM), offerors must state the OEM (Company Name and CAGE) and provide a signed letter of authorization as a distributor on the OEM's letterhead.
- Packaging: If packaging occurs at a different location, provide the Name, Street Address, and CAGE of the Packaging Facility.
- DPAS Rating: Any contract awarded will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
- Teardown & Evaluation (TD&E): Vendors will have 120 days after receipt of carcass(es) to complete TD&E and submit a Firm-Fixed Price (FFP) quote for the full repair effort.
- Quote Details: Quotes must include the cost of new (actual or estimated) for evaluation, specify any exceptions (e.g., MIL-STD Packaging, Labeling), and provide Teardown & Evaluation Rate, Repair Turn Around Time (RTAT), Throughput Constraint, and Induction Expiration Date.
- RTAT: The requested RTAT is 114 days. Price reductions will be incurred for not meeting the required RTAT.
- Quality Assurance: The contractor is responsible for performing all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. Records must be kept for 365 days after final delivery.
- Packaging: MIL-STD 2073 packaging applies.
Additional Notes
All contractual documents will be issued electronically. Information regarding document references and distribution statements is provided in the solicitation description.