CLUTCH ASSEMBLY,FRI
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 (WSS) Mechanicsburg, is soliciting quotes for the repair of CLUTCH ASSEMBLY,FRI. This Request for Quote (RFQ) seeks authorized repair sources to provide repair services under a Firm-Fixed Price (FFP), Not-to-Exceed (NTE), or Estimated (EST) price structure. Quotes are due by March 6, 2026.
Scope of Work
The contractor will perform repair services for the CLUTCH ASSEMBLY,FRI, ensuring compliance with operational and functional requirements, MIL-STD-130 marking, and MIL-STD 2073 packaging. Key requirements include:
- Repair Standards: All work must adhere to the contractor's repair/overhaul standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards.
- Inspection & Quality: Contractor is responsible for all inspection requirements, compliance, and maintaining records for 365 days post-delivery. Testing must align with original manufacturer's specifications.
- Logistics: Government source inspection, FOB source, and Commercial Asset Visibility (CAV) reporting are required. Freight is handled by Navy CAV or Proxy CAV.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP), Not-to-Exceed (NTE), or Estimated (EST) for repair services. Quotes limited to test and evaluation (T&E) only will not be accepted.
- Set-Aside: None specified.
- Response Due: March 6, 2026, 8:30 PM EST.
- Published: February 24, 2026.
- Repair Turnaround Time (RTAT): Government requests 100 days after receipt of assets. Contractors must propose a throughput constraint (assets/month).
- Induction Expiration: 365 days after contract award date.
Requirements for Quote Submission
Offerors must submit quotes electronically to tyler.l.curfman.civ@us.navy.mil and include:
- Repair unit price, total price, and proposed RTAT.
- Indication of price type (FFP, NTE, or EST).
- New unit price and delivery lead time.
- T&E fee/price for Beyond Repair (BR)/Beyond Economical Repair (BER) items.
- CAGE codes for award, inspection, facility, and packaging.
- Basis of quoted pricing and a cost breakdown (if feasible).
- Quote expiration date (minimum 90 days).
- Proof of being an authorized distributor of the original manufacturer's item, submitted on company letterhead.
Additional Notes
- Adherence to IUID requirements (DFARS 252.211-7003) is mandatory.
- A Reconciliation Price Reduction will be applied for inexcusable delays in meeting RTAT, with the contractor proposing the reduction amount per unit/per month.