Notice of Intent to Sole Source to Peerless-Winsmith for Gearboxes
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 National Oceanic and Atmospheric Administration (NOAA), under the Department of Commerce, has issued a Notice of Intent to Sole Source a five-year, Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP) contract to Peerless-Winsmith. This contract is for the repair, recondition, and potential purchase of new Differential Planetary Gearboxes. The estimated value is $2.3 million over five years. Interested parties who believe they can meet the requirements must submit a response by April 25, 2026.
Opportunity Details
NOAA intends to award this contract to Peerless-Winsmith (UEID: NR9DFQKC4EM8) for services related to NEXRAD Contact Differential Planetary Gearboxes (ASN: R400-2A1A3A3A1, NSN: 3010-01-436-0701). The acquisition falls under Product Service Code H349 (Inspection And Laboratory Services: Maintenance And Repair Shop Equipment). The place of performance for repairs is the National Reconditioning Center (NRC) in Grandview, MO.
Scope of Work
The scope involves repairing and reconditioning existing gearboxes to a "Like New" operating condition, as well as the potential purchase of new units. All repairs must adhere strictly to the original equipment manufacturer (OEM) specification drawing no. 14636-5003 Rev T. The "Like New" condition requires meeting all applicable electrical, mechanical, firmware, and cosmetic specifications, including the replacement of damaged or non-functioning parts. The price for repair and reconditioning must cover all necessary parts, materials, labor, inspection, and return shipping. Performance standards include meeting the specified drawing, passing Quality Assurance checks by the NRC, and successful inspection for material workmanship and documentation. A 1-year warranty against material workmanship and operational faults is required, beginning after final inspection and acceptance.
Contract & Timeline
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP)
- Duration: Five years
- Estimated Value: $2.3 million
- Set-Aside: None (Sole Source)
- Notice Published: April 10, 2026
- Response Due: April 25, 2026, at 2:00 PM Z
Justification for Sole Source
The Government requires a sole source acquisition with Peerless-Winsmith because they own the proprietary drawing no. 14636-5003 Rev T, which is essential for repairing the existing gearboxes. No other vendor possesses the rights to this drawing or has sought permission to use it. Due to low inventory (3 units in stock with a weekly issue rate of 0.1, equating to approximately 33.3 weeks of stock) and an average repair turnaround time of 290 days, pursuing first-article testing or reverse engineering alternative options is not feasible given the severe risk a lapse in repairs would pose to the National Weather Service (NWS).
Response Information
This is a Notice of Intent. Interested parties who believe they can provide the required services and products should submit their capabilities statement and any relevant information to the contracting office by the response date.