ACTUATOR,ELECTRO-PN
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 Mechanicsburg is soliciting proposals for the repair and refurbishment of ACTUATOR,ELECTRO-PN components. This requirement is designated as SPECIAL EMPHASIS material for crucial shipboard systems, necessitating stringent quality and traceability controls. The acquisition is pursuant to Emergency Acquisition Flexibilities (EAF) and will result in a bilaterally accepted award. Quotes are due by April 13, 2026.
Scope of Work
This opportunity involves the refurbishment of electro-pneumatic actuators, including detailed inspection, identification of markings, and replacement of non-usable parts. Refurbishment must comply with FLO-TORK, Inc. Drawing 600-41620, Model MA600C, and MS 5540-081-072 Rev - CHG-11 (CSD487). The scope also includes specific material requirements for parts like the Body, Piston Rack, Port Head, End Cap, Screw, Cap Hex Head, and Port Plug, along with various testing certifications (Non-Destructive, Liquid Penetrant, Intergranular Corrosion, Production Tests). The contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS) and will utilize Commercial Asset Visibility (CAV).
Contract & Timeline
- Type: Solicitation for repair/refurbishment, leading to a bilateral award.
- Set-Aside: None specified.
- Response Due: April 13, 2026, 8:30 PM EDT.
- Published: March 16, 2026.
Key Requirements
Offerors must provide an Estimated (EST) repair price for the full effort. Vendors will have 90 days after carcass receipt to complete a teardown & evaluation (TD&E) and submit a Firm-Fixed Price (FFP) quote. Quotes must include the cost of new material for evaluation and specify any exceptions to MIL-STD Packaging, Labeling, and Inspection. Required information includes Teardown & Evaluation Rate, Repair Turn Around Time (RTAT - requested 121 days), Throughput Constraint, and Induction Expiration Date. Price reductions will apply for failure to meet RTATs. Non-OEM offerors must provide OEM details and a signed letter of authorization.
Quality Assurance & Certifications
This is for Level I/SUBSAFE material, requiring a robust quality system (ISO-9001, ISO-10012/ANSI-Z540.3/ISO-17025, or MIL-I-45208/MIL-STD-45662). Extensive traceability and certification requirements are detailed, including Objective Quality Evidence (OQE) for chemical, mechanical, and performance tests. Certificates of Compliance are mandatory for Special Emphasis Material, hydrogen embrittlement relief, and weld filler metals. All welding and brazing procedures, along with qualification data, must be submitted for review and approval. Government Quality Assurance at source is required, and subcontractors must adhere to flow-down quality requirements. Electronic signatures on Level I certification documents are acceptable under controlled conditions.
Additional Notes
The ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ is available for data submissions, questions, and waiver requests. Packaging must comply with MIL-STD 2073. The opportunity description includes detailed definitions for Critical Safety Item (CSI), Critical Process, OQE, and nonconformance.