COOLER,LUBRICATING
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) Mech, has issued a Solicitation (RFQ) for the repair of COOLER,LUBRICATING (CAGE 11083, Ref. No. 0R-5519). This opportunity is issued under Emergency Acquisition Flexibilities (EAF). Quotes are due by February 5, 2026, at 8:30 PM UTC.
Scope of Work
This solicitation seeks proposals for the repair of COOLER,LUBRICATING units. Repair work must adhere to the contractor's standard practices, manuals, drawings, technical orders, and approved repair standards. The repaired items must meet operational and functional requirements. Marking shall be in accordance with MIL-STD-130, REV N, 16 NOV 2012. Changes in design, material, servicing, or part number require specific procedures and Contracting Officer approval, except for identical part number changes.
Contract & Timeline
- Type: Solicitation (RFQ) for repair services, resulting in a bilateral award.
- Set-Aside: Consideration for award will be given only to authorized distributors of the original manufacturer's item. Proof of authorization on company letterhead is required with the offer.
- Response Due: February 5, 2026, 8:30 PM UTC
- Published: January 21, 2026
- Option: The Government intends to include an option for increased quantity.
Requirements & Evaluation
Offerors must provide Unit Price, Total Price, and Repair Turnaround Time (RTAT). The Government's required RTAT is 150 days, measured from physical receipt of the asset at the contractor's facility to Government acceptance. If the required RTAT cannot be met, capacity constraints must be provided. Quotes should specify if they are Firm-Fixed-Price or Estimated. Government Source Inspection (GSI) is required, and the contractor is responsible for all inspection and testing per original manufacturer's specifications. Compliance with Cybersecurity Maturity Model Certification (CMMC) level requirements is necessary. Packaging must comply with MIL-STD 2073.
Additional Notes
All freight is FOB Origin, with freight handling by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work. Offerors must verify nomenclature, part number, and NSN prior to responding. Contact Jill L. Sabol at JILL.L.SABOL.CIV@US.NAVY.MIL or 717-605-3875 for inquiries.