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 WSS Mechanicsburg) is soliciting proposals for the repair and refurbishment of Hydraulic Actuators (NSN 4810) designated as Special Emphasis SUBSAFE/Non-Level I material. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF) and will result in a DO certified national defense order under the Defense Priorities and Allocations System (DPAS). Proposals are due April 16, 2026.
Scope of Work
This opportunity involves the inspection and refurbishment of hydraulic actuators to meet specific technical data package (TDP) requirements (CAGE 07270, drawing 15097-37100). The material is critical for shipboard systems, necessitating stringent quality control. Key tasks include:
- Teardown & Evaluation (TD&E) of carcasses within 90 days of receipt.
- Submission of Firm-Fixed Price (FFP) quotes for the full repair effort, including the cost of new (actual or estimated) for evaluation.
- Repair and replacement of parts in accordance with the TDP.
- Adherence to a requested Repair Turn Around Time (RTAT) of 200 days, with price reductions for non-compliance.
- Compliance with MIL-STD 2073 packaging.
Contract & Timeline
- Type: Solicitation (resulting in a bilateral award)
- Set-Aside: None specified (Emergency Acquisition Flexibilities, DPAS rated order)
- Proposal Due: April 16, 2026, 8:30 PM EDT
- Published: March 17, 2026
Key Requirements
- OEM Requirement: The Prime Contractor must be the Original End Manufacturer (OEM) for sole source repair. If the offeror is not the OEM, a signed letter of authorization as a distributor on the OEM's letterhead is required.
- Quality Assurance: Contractors must maintain a quality system in accordance with ISO-9001 (or MIL-I-45208) and calibration system requirements (ISO-10012/ANSI-Z540.3 or MIL-STD-45662). Government Quality Assurance at source is required.
- Certifications: Submission of a Certificate of Compliance (C of C) traceable to each serialized component and a Certificate of Tests (C of T) for non-destructive, hydrostatic, and operational testing.
- Serialization: Each component must have a unique serial number, permanently marked, and annotated on the C of C for traceability.
- Welding/Brazing: Procedures and qualification data must be submitted for review and approval within 120 days after contract award, adhering to specified military standards.
- Configuration Control: Strict configuration control is required, with all waivers, deviations, and Engineering Change Proposals (ECPs) subject to Government review and approval.
- WAWF: Certification data must be submitted via Wide Area Work Flow (WAWF) to Portsmouth Naval Shipyard (Ship to N50286, Inspect by N39040, Accept by N39040).
Submission & Evaluation
Quotes must include the estimated repair price, Teardown & Evaluation Rate, RTAT, Throughput Constraint, and Induction Expiration Date. Any exceptions to solicitation requirements (e.g., MIL-STD Packaging, Inspection & Acceptance locations) must be clearly specified. Failure to indicate exceptions will result in award based on solicitation requirements.