ACTUATOR,ELECTRO-ME

SOL #: N0010426QFC13Solicitation

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

Speed Changer (333612)

PSC

Torque Converters And Speed Changers (3010)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 13, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 16, 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, has issued a Solicitation for the repair and refurbishment of ACTUATOR,ELECTRO-ME components. This opportunity involves critical "Special Emphasis SUBSAFE/Non-Level I" material, requiring adherence to stringent quality and certification standards. Proposals are due by March 16, 2026.

Scope of Work

This requirement is for the inspection, teardown, evaluation, and full repair of "ACTUATOR,ELECTRO-ME" items to a "like new" or "A" condition. The material is designated as Special Emphasis SUBSAFE/Non-Level I, indicating its use in crucial shipboard systems where failure could lead to serious injury, loss of life, or loss of vital systems/ship. The Prime Contractor must be the OEM for sole source repair. Key aspects include:

  • Refurbishment in accordance with CAGE 09176, drawing 1852-1332.
  • Replacement parts must conform to the Technical Data Package (TDP).
  • Preservation of exposed bare material surfaces per NAVSEA S9086-S4-STM010/CH-556 or MIL-DTL-5541.
  • Requirement for a Certificate of Tests for non-destructive, hydrostatic, and operational testing.
  • A Certificate of Compliance, traceable to each serialized component, certifying adherence to procurement requirements.
  • Unique serial numbering for each component, permanently applied per MIL-STD-792.
  • Adherence to specific welding and brazing standards (S9074-AR-GIB-010A/278, 0900-LP-001-7000, S9074-AQ-GIB-010/248).
  • Contractor must maintain total equipment baseline configuration and submit Engineering Change Proposals (ECPs) for Class I or II changes.
  • Mercury-free materials are mandatory.

Contract & Timeline

  • Type: Solicitation (leading to a contract for repair services)
  • Set-Aside: None specified.
  • Product Service Code: 3010 (Torque Converters And Speed Changers)
  • Published Date: February 13, 2026
  • Response Due: March 16, 2026, at 8:30 PM EST.
  • Delivery Schedule: Certification data (CDRLs) due 20 days prior to scheduled delivery. Final material delivery on or before 85 days after the contract effective date.
  • Pricing: Offerors must submit Not To Exceed (NTE) pricing or Firm Fixed Price (FFP), covering teardown, evaluation, inspection, and full repair. An approximate cost of a new item (if available) and a Beyond Repair (BR)/Beyond Economic Repair (BER) price are also required. Shipping costs are excluded as the government will handle shipping.
  • Priority Rating: This will be a DO rated order under the Defense Priorities and Allocations System (DPAS).

Quality Assurance & Submissions

Contractors must provide and maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration system requirements of ISO-10012 (or MIL-STD-45662). Government Quality Assurance (GQA) will be performed at the source. Key submission requirements include:

  • Submission of current documented quality system procedures to the PCO prior to award (unless already on file).
  • Maintenance of adequate inspection and test records.
  • Subcontractor inspection requirements must be flowed down.
  • Final inspection includes material sampling per ANSI/ASQ-Z1.4, with zero defects for lot acceptance.
  • Certificates of Compliance and Tests (CDRL DI-MISC-80678) are required, detailing compliance, tests performed, and serial numbers.
  • Welding procedures and qualification data (CDRLs DI-MISC-80875, DI-MISC-80876) must be submitted for approval within 120 days after contract award, with approval required prior to any welding.
  • All certification data must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard for review and acceptance prior to each shipment. No material is to be shipped before acceptance.

Additional Notes

The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for certain data submissions, questions, and waiver requests. Contact Jordan D. Neely at jordan.d.neely2.civ@us.navy.mil or 717-605-8197 for inquiries.

People

Points of Contact

JORDAN.D.NEELY2.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 3
Solicitation
Posted: Mar 4, 2026
View
Version 2
Solicitation
Posted: Feb 24, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 13, 2026