ACCUMULATOR,HYDRAUL
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 manufacture or refurbishment of Hydraulic Accumulators. This opportunity is a Total Small Business Set-Aside and is a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). Proposals are due by January 20, 2026.
Scope of Work
This solicitation requires the manufacture or refurbishment of ACCUMULATOR,HYDRAUL units. Refurbished materials must comply with CAGE 53711, drawing 6406375-ACCA ASSEMBLY A, and SUBMEPP Repair Instruction 5560-012-0735 Rev - Chg. 1 (CSD657). Replaced parts must also adhere to the Technical Data Package (TDP) and SUBMEPP Repair Instruction. Required Contract Support Documents (CSDs), including CSD657 and CSD653, are to be obtained from ECDS at https://register.nslc.navy.mil/.
Contract & Timeline
- Type: Solicitation (Fixed-Price for repair/refurbishment)
- Set-Aside: Total Small Business
- Priority Rating: "DO" rated order under DPAS
- Response Due: January 20, 2026, 21:30 UTC
- Published: February 5, 2026
- Product Service Code: 2090 - Miscellaneous Ship And Marine Equipment
Requirements
Proposals must include:
- New item cost for price comparison.
- Proposed Repair Turn-Around Time (RTAT) and any capacity constraints. The requested RTAT is 183 days, measured from asset return to acceptance.
- Test and Evaluation Cost (if the unit is Beyond Repair).
- Inspection site CAGE and Packaging site CAGE.
- Compliance with Buy American-Free Trade Agreements-Balance of Payments Program.
- Warranty of supplies for one year from delivery and warranty of data.
Additional Notes
Certifications and documentation must be submitted via Wide Area Work Flow (WAWF) to the maximum extent possible. Packaging must adhere to MIL-STD 2073 and additional requirements in the referenced Refurbishment Instruction or Procurement Specification from SUBMEPP.
Contact: KATHRYN.E.SHUTT.CIV@US.NAVY.MIL, Phone: 717-605-2430.