66--TRANSDUCER,MOTIONAL, IN REPAIR/MODIFICATION OF

SOL #: N0010425QNE81Solicitation

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

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Combination And Miscellaneous Instruments (6695)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 6, 2026
2
Last Updated
May 6, 2026
3
Submission Deadline
May 15, 2026, 8:30 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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting proposals for the repair and modification of TRANSDUCER,MOTIONAL units. This requirement is issued under Emergency Acquisition Flexibilities (EAF) and is a Total Small Business Set-Aside. The resultant award will be issued bilaterally. Quotes are due by May 15, 2026.

Scope of Work

This solicitation covers the repair and modification of TRANSDUCER,MOTIONAL units. All repair work must meet the operational and functional requirements represented by Cage Code 96169, Reference Number 19-80-4942ASSY, and be performed in accordance with the contractor's standard practices, manuals, and directives. Items must be marked per MIL-STD-129. The material supplied is intended for use on submarines/surface ships and must be mercury-free unless specific written approval is obtained from the Contracting Officer.

Contract & Timeline

  • Type: Solicitation (Award will be bilateral)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Quote Due: May 15, 2026, 8:30 PM ET
  • Published: May 6, 2026

Key Requirements & Instructions

Offerors must provide an Estimated (EST) repair price for the full effort and include the cost of new (actual or estimated) for evaluation purposes. Quotes must specify any exceptions to requirements, including but not limited to MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, or use of surplus materials. The repair price must encompass all costs associated with receipt and complete repair, even for unwhole, missing hardware, or damaged material, and include CAV Reporting. Offerors must also provide:

  • Teardown & Evaluation Rate
  • Repair Turn Around Time (RTAT)
  • Throughput Constraint
  • Induction Expiration Date

Additional Notes

This contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). If the offeror is not the Original Equipment Manufacturer (OEM), the OEM's name and CAGE must be stated, and a signed letter of authorization as a distributor on the OEM's letterhead is required. Contractors must comply with ANSI/ESD S20.20 for electrostatic discharge control. The contractor is responsible for all inspection requirements and maintaining records for 365 calendar days after final delivery. Packaging shall be in accordance with MIL-STD 2073.

People

Points of Contact

JAMES.E.LEWIS711.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: May 6, 2026
Version 1
Pre-Solicitation
Posted: May 6, 2026
View