ACTUATOR,ELECTRO-ME
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 Mech) has issued a Solicitation for the inspection, refurbishment, and repair of ACTUATOR, ELECTRO-ME components. This requirement is for critical shipboard systems, designated as Special Emphasis SUBSAFE/Non-Level I material, demanding stringent quality control. Proposals are due by March 23, 2026.
Scope of Work
This opportunity involves the comprehensive inspection, refurbishment, and repair of "ACTUATOR, ELECTRO-ME" to "like new" or "A" condition, adhering to CAGE 09176, drawing 1852-1332, and other specified technical data. Key requirements include:
- Refurbishment: Replacement parts must conform to the Technical Data Package (TDP). The Prime Contractor must be the OEM for sole source repair.
- Preservation: Exposed bare material surfaces must be preserved per NAVSEA S9086-S4-STM010/CH-556 or MIL-DTL-5541.
- Testing & Certification: Requires a Certificate of Tests for non-destructive, hydrostatic, and operational testing, and a Certificate of Compliance for SUBSAFE/Non-Level I material, traceable to each serialized component.
- Marking: Each component must have a unique, permanently applied serial number per MIL-STD-792.
- Welding/Brazing: Must comply with specified standards (e.g., S9074-AR-GIB-010A/278) with procedures and qualification data submitted for approval.
- Configuration Control: Contractor must maintain total equipment baseline configuration and submit Engineering Change Proposals (ECPs) for Class I or II changes. Waivers/Deviations require Contracting Officer approval.
- Mercury-Free: Materials must be free of mercury and mercury-containing compounds.
Contract & Timeline
- Type: Solicitation (implies a contract will be awarded, likely Firm Fixed-Price based on pricing request).
- Set-Aside: None specified.
- Delivery Schedule: Certification data 20 days prior to scheduled delivery; PNSY review/acceptance 30 working days after receipt; final material delivery 85 days after contract effective date. Early and incremental delivery is acceptable.
- Pricing: Offerors must submit Not To Exceed (NTE) or Firm Fixed Price (FFP), including a beyond repair (BR)/beyond economic repair (BER) price. Shipping costs are excluded.
- Response Due: March 23, 2026, at 8:30 PM EDT.
- Published: February 24, 2026.
Quality Assurance & Compliance
- Quality System: Contractors must maintain a quality system in accordance with ISO-9001 (with ISO-10012 or ANSI-Z540.3/ISO-17025 calibration) or MIL-I-45208 (with MIL-STD-45662 calibration).
- Government QA: Government Quality Assurance will be performed at the source.
- Records: Adequate records of inspections and tests must be maintained.
- DPAS: Any awarded contract will be a DO rated order certified for national defense use under DPAS.
- WAWF: Certification data and payment instructions utilize Wide Area Work Flow (WAWF).
Additional Notes
The Electronic Contractor Data Submission (ECDS) system (https://register.nslc.navy.mil/) is available for data submissions, questions, and waiver requests.