66--TRANSDUCER,LINEAR, 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, NAVSUP Weapon Systems Support Mechanicsburg, is seeking a sole source contractor for the repair and modification of Linear Transducers. This requirement is for Fly-By-Wire (FBW) Submarine Flight Critical Components (SFCC), necessitating stringent quality and traceability controls. The purpose of this amendment is to increase the quantity. Proposals are due by February 6, 2026.
Scope of Work
This opportunity involves the repair and refurbishment of Linear Transducers, identified as SFCCs for crucial shipboard systems (Virginia, Seawolf, and Columbia Class submarines). The scope includes:
- Inspection and Refurbishment: Cleaning, disassembly, recording identifying markings, and refurbishment to standard 96169 EB-4857.
- Quality Assurance: Adherence to MIL-I-45208, MIL-Q-9858, or ISO9001:2008 quality systems, with calibration per MIL-STD-45662, ISO10012, or ANSI-Z540.3. Government Quality Assurance at source is required.
- Configuration Control: Maintaining equipment baseline configuration, submitting waivers/deviations for SPM approval, and Engineering Change Proposals (ECPs) for Class I or II changes.
- Traceability & Certification: Maintaining material traceability to certification test reports and Objective Quality Evidence (OQE), with permanent application of unique traceability codes and specific SFCC material marking (SMIC, Part Number, MIC Number).
- Material Handling: Strict segregation of SFCCs, use of material control tags, and 100% inspection for traceability and legibility.
- Mercury-Free Requirement: All materials must be free of mercury and mercury-containing compounds.
Contract Details
- Type: Solicitation for repair/modification services, resulting in a Delivery Order on BOA N0010422GZD01.
- Set-Aside: Sole Source Requirement.
- Product Service Code: 6695 (Combination And Miscellaneous Instruments).
- Return Turnaround Time (RTAT): Requested 180 days for final inspection and acceptance after carcass receipt.
- Teardown & Evaluation (TD&E): Vendor has 45 days post-carcass receipt to complete TD&E and submit a Firm-Fixed Price (FFP) quote for repair.
Submission Requirements
- Pricing: Submit Estimated (EST) or Firm Fixed Price (FFP), including an approximate cost for new items if available, and a beyond repair/economical repair price.
- OEM Information: If not the Original End Manufacturer (OEM), provide OEM name, CAGE, and a signed letter of authorization as a distributor.
- Packaging Location: If different from offeror's address, provide facility name, street address, and CAGE.
- Quality System Documentation: Submit a copy of the current documented quality system procedures to the PCO prior to award (waiver possible if on file).
- Shipping: Do not include shipping costs; government will manage via its system (ATAC).
- Electronic Submission: Contractual documents are considered "issued" when transmitted by mail, facsimile, or electronic commerce methods like email. OQE must be submitted via WAWF.
Important Notes
This is a DO certified national defense order under the Defense Priorities and Allocations System (DPAS). The opportunity utilizes Commercial Asset Visibility (CAV). Contact ROBERT.H.LANGEL.CIV@US.NAVY.MIL for inquiries.