ACTUATOR,HYDRAULIC-
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, is soliciting proposals for the refurbishment of a hydraulic actuator (PSC 3010). This is a critical requirement for Special Emphasis SUBSAFE/Non-Level I material, designated as a "DO" rated order under the Defense Priorities and Allocations System (DPAS) and utilizing Emergency Acquisition Flexibilities (EAF). The Prime Contractor must be the OEM for sole source repair. Proposals are due by March 2, 2026, at 8:30 PM EST.
Scope of Work
This opportunity involves the inspection and refurbishment of hydraulic actuators to specific CAGE, drawing (265-41735), and Maintenance Standard 5950-081-123 REV - CHG-6 (CSD710) requirements. Key tasks include:
- Refurbishment: To "like new" or "A" condition, with replaced parts conforming to the Technical Data Package (TDP).
- Testing: Ultrasonic testing (SAE AMS-STD-2154) for specific components, and pressure/visual testing (NAVSEA Technical Publication S9074-AR-GIB-010/278) for others.
- Quality Assurance: Adherence to ISO-9001 (or MIL-I-45208) and ISO-10012/ANSI-Z540.3 (or MIL-STD-45662) quality systems. Government Quality Assurance (DCMA QAR) at source is required.
- Welding/Brazing: Procedures and qualification data must be submitted for approval prior to performing any welding or brazing, in accordance with specified NAVSEA publications.
- Configuration Control: Maintenance of total equipment baseline, with Government approval required for all waivers, deviations, and Engineering Change Proposals (ECPs).
- Traceability: Each component requires a unique, permanently marked serial number and a Certificate of Compliance (C of C) for traceability.
Contract & Timeline
- Type: Solicitation for repair/refurbishment.
- Product Service Code: 3010 (Torque Converters And Speed Changers).
- Set-Aside: None specified.
- Response Due: March 2, 2026, 8:30 PM EST.
- Published: February 13, 2026.
- Delivery Schedule: Certification Data CDRLs due 20 days prior to scheduled delivery. Weld procedures/qualification data due 120 days after contract award. Final material delivery on or before 118 days after contract effective date.
Key Requirements & Submission
- Pricing: Submit NOT TO EXCEED (NTE) pricing or FIRM FIXED PRICE (FFP) for the full repair, including teardown, evaluation, and inspection. Also provide a Beyond Repair (BR)/Beyond Economic Repair (BER) price and an approximate cost of a new item if available.
- Shipping: Do NOT include shipping costs; the Government's system (ATAC) will handle shipping.
- Data Submission: Certification data and other CDRLs must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040).
Contact Information
For inquiries, contact ALANA.M.BOYER2.CIV@US.NAVY.MIL or call 717-605-1234.