Governor Refurbishment
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 (DEPT OF THE NAVY), specifically the Supervisor of Shipbuilding, Conversion Repair, Groton (SSGR), intends to award a firm fixed-price sole source contract to Woodward, Inc. for the refurbishment of four Dial Governors. This is a Special Notice and a Notice of Intent to Sole Source, not a request for competitive quotes or proposals. Other responsible sources may submit capability statements by May 15, 2026, for potential future consideration.
Purpose & Scope
The requirement is for the test and repair of four (4) Woodward UG 5.7 Dial Governors (three P/N 8523-584 and one P/N 9900-476). These governors are critical for the proper operation of emergency power sources on submarines, which exclusively use Woodward Governors. The services are intended to ensure the operational readiness of equipment at the Naval Submarine Support Facility New London (NSSF NLON).
Key deliverables include:
- Conducting testing and repair of the specified governors.
- Repairing any deficiencies found during testing.
- Returning repaired governors to NSSF NLON.
- Providing a Certificate of Compliance upon completion.
- Providing all necessary materials and equipment for the services.
Performance will occur at the Contractor's facility, with the Government responsible for shipping the items to and from the contractor.
Contract Details
- Contract Type: Firm Fixed-Price (intended sole source)
- Period of Performance: Anticipated from April 30, 2026, through September 30, 2026.
- Set-Aside: None specified (UNRESTRICTED, as this is a sole source intent).
- Product Service Code: J030 (Maintenance, Repair And Rebuilding Of Equipment: Mechanical Power Transmission Equipment).
- NAICS Code: 333618 (Size Standard: 1,500).
- Place of Performance: Contractor's facility, with the ultimate destination being Groton, CT.
- Wage Determination: A Wage Determination (WD) is attached, outlining minimum wage rates and fringe benefits for Service Contract Act (SCA) covered occupations in Southeastern Connecticut. Bidders must ensure compliance with these labor cost requirements.
Submission & Response
- Capability Statements Due: May 15, 2026, by 7:00 A.M. EST.
- Submission Instructions: Capability statements must clearly demonstrate the ability to provide the required services and should be submitted via email to stephanie.l.neale.civ@us.navy.mil and stephanie.m.brass.civ@us.navy.mil.
- Important Note: This is a notice of intent to award a sole source contract and is not a request for competitive quotes/proposals. No solicitation will be posted as a result of this notice. Responses will be considered by the Agency for a future award, and the Government will not pay for any information received. A determination not to compete this proposed contract is solely at the Government's discretion.
Agency & Contacts
- Department: Dept Of Defense / DEPT OF THE NAVY
- Office: SUP OF SHIPBUILDING GROTON
- Primary Contact: Stephanie Brass (stephanie.m.brass.civ@us.navy.mil, 8604339738)
- Secondary Contact: Stephanie Neale (stephanie.l.neale.civ@us.navy.mil, 8604333709)