AC CONTROL UNIT
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 issuing a solicitation for the repair of AC CONTROL UNITs (Product Service Code 6110: Electrical Control Equipment). This requirement is under Emergency Acquisition Flexibilities (EAF) and will result in a DO-rated contract for national defense. Only authorized distributors of the Original End Manufacturer (OEM) will be considered for award. Proposals are due March 2, 2026.
Scope of Work
This contract covers the repair and overhaul of AC CONTROL UNITs (CAGE 51435, Ref. No. 433D1009-20). All repair work must meet operational and functional requirements, adhering to the contractor's standard practices, manuals, and directives. Key requirements include:
- Marking: In accordance with MIL-STD-130, REV N.
- Mercury Free: Material must be free from metallic mercury and contamination, especially for submarine/surface ship use. Written approval is required for any functional mercury.
- Quality Assurance: Contractor is responsible for all inspection and testing per original manufacturer's specifications.
- Packaging: MIL-STD 2073 applies.
- Repair Details: Quotes must provide an estimated repair price for the full effort, including costs for receipt, complete repair (even for unwhole/damaged items), missing hardware, handling, missing parts, wear damage, and CAV Reporting. Offerors must also provide Teardown & Evaluation Rate, Repair Turn Around Time (RTAT), Throughput Constraint, and Induction Expiration Date. The requested RTAT is 110 days. Price reductions will apply for failure to meet RTAT.
- OEM/Distributor: If not the OEM, the offeror must state the OEM (Company Name and CAGE) and provide a signed letter of authorization as a distributor.
Contract & Timeline
- Type: Solicitation (Bilateral award requiring contractor acceptance)
- Set-Aside: None specified; restricted to authorized distributors.
- Priority Rating: DO certified for national defense (DPAS).
- Proposal Due: March 2, 2026, 8:30 PM UTC.
- Published: February 2, 2026.
Evaluation
Award consideration will be given exclusively to authorized distributors of the original manufacturer. Offerors must provide proof of authorized distributorship on company letterhead with their offer. Quotes must include the cost of new (actual or estimated) for evaluation purposes and specify any exceptions to solicitation requirements (e.g., MIL-STD Packaging, Labeling, Inspection/Acceptance locations, Packaging House, surplus materials). Award will be based on solicitation requirements if no exceptions are indicated.
Additional Notes
Contact NARYAN.SMITH.CIV@US.NAVY.MIL or call 717-605-1332 for inquiries. Information on obtaining applicable documents (e.g., MIL-STD-130, MIL-STD 2073) is provided in the solicitation.