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, specifically NAVSUP Weapon Systems Support Mech, is soliciting proposals for the repair and refurbishment of Electro-Mechanical Actuators. This opportunity, identified as a Solicitation, requires the item to be restored to "like new" or "A" condition, given its critical role as Special Emphasis SUBSAFE/Non-Level I material in shipboard systems. Proposals are due by March 23, 2026.
Scope of Work
The scope involves the teardown, evaluation, inspection, and full repair of Electro-Mechanical Actuators. Key requirements include adherence to CAGE 09176, drawing 1852-1332, and specific preservation for exposed bare material surfaces. The Prime Contractor must be the OEM for sole source repair. The effort mandates strict quality assurance, including non-destructive, hydrostatic, and operational testing, and compliance with detailed welding/brazing procedures. Configuration control, mercury-free materials, and unique serial number marking are also critical.
Contract & Timeline
- Type: Solicitation
- Product Service Code: 3010 (Torque Converters And Speed Changers)
- Set-Aside: None specified
- Response Due: March 23, 2026, 8:30 PM UTC
- Published: March 4, 2026
- Delivery: Final material delivery within 85 days after the effective contract date.
- Priority: This is a DO rated order certified for national defense use under DPAS.
Key Requirements
Offerors must provide Not To Exceed (NTE) or Firm Fixed Price (FFP) for repair, along with a Beyond Repair (BR)/Beyond Economic Repair (BER) price. A Certificate of Compliance (C of C) and Certificate of Tests (C of T) are required, traceable to each serialized component. The contractor must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and allow Government Quality Assurance at source. Certification data, including DD1423 Data Item A001 (Inspection and Test Plan), must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard for review and acceptance prior to shipment.
Important Notes
Early and incremental delivery is acceptable. The contract utilizes Commercial Asset Visibility (CAV). Welding procedures and qualification data must be submitted for approval within 120 days after contract award. The Electronic Contractor Data Submission (ECDS) system is available for certain data submissions and inquiries.