GAGE,DIFFERENTIAL,D

SOL #: N0010426QYA7SSolicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Instruments and Related Products Manufacturing for Measuring (334513)

PSC

Pressure, Temperature, And Humidity Measuring And Controlling Instruments (6685)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 18, 2026
2
Submission Deadline
Apr 17, 2026, 8:30 PM

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 Mechanicsburg (NAVSUP-WSS), is soliciting proposals for the repair of GAGE,DIFFERENTIAL,D. This is a rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) regulation, issued pursuant to Emergency Acquisition Flexibilities (EAF). The resultant award will be a bilateral, Firm-Fixed Price contract. Quotes are due by April 17, 2026.

Scope of Work

This solicitation covers the repair of GAGE,DIFFERENTIAL,D items. Repair work must meet operational and functional requirements represented by specified Cage Code/Reference Numbers (e.g., 05991 19REXXX0X90A4CXAXX02) and be performed in accordance with the contractor's standard practices, manuals, and approved repair standards. Items must be marked per MIL-STD-130, REV N.

Key requirements include:

  • Design Changes: Specific procedures for handling part number changes and design modifications (Codes 1-6) are outlined, requiring PCO approval for most changes.
  • Mercury Free: Materials supplied must be mercury-free and free from mercury contamination, especially for use on submarines/surface ships. Written approval from the PCO is required if metallic mercury is a functional part of the material.
  • Quality Assurance: The contractor is responsible for all inspection requirements, performing inspection and testing per original manufacturer's specifications. Government Source Inspection (GSI) is required.
  • Packaging: Preservation, packaging, packing, and marking must comply with MIL-STD 2073 and the Contract/Purchase Order Schedule.

Contract & Timeline

  • Opportunity Type: Solicitation
  • Contract Type: Bilateral, Firm-Fixed Price
  • Set-Aside: Not explicitly stated as a set-aside, but "SMALL BUSINESS PROGRAM REPRESENTATIONS" are included, indicating relevance for small businesses.
  • Response Due: April 17, 2026, 8:30 PM Z
  • Published Date: March 18, 2026
  • Freight: FOB Origin
  • DPAS Rating: Yes, certified for national defense use (15 CFR 700). Accelerated delivery is encouraged.

Evaluation & Submission

Consideration for award will only be given to authorized distributors of the original manufacturer's item. Proof of authorization, on company letterhead and signed by a responsible official, must be submitted with the offer.

Quotes must include:

  • Unit Price
  • Total Price
  • Repair Turnaround Time (RTAT) in days, measured from asset return to acceptance.
  • Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.

Additional Notes

Offerors must verify nomenclature, part number, and NSN prior to responding. Detailed ordering information for applicable documents (MIL-STD, DODSSP, etc.) is provided within the solicitation description.

People

Points of Contact

TAYLOR.M.FASCHING.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Mar 18, 2026
GAGE,DIFFERENTIAL,D | GovScope