GOVERNOR,DIESEL ENG
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, has issued a Solicitation for the repair of GOVERNOR,DIESEL ENG (PSC 2910). This opportunity requires a Repair Turnaround Time (RTAT) of 110 days and includes Government Source Inspection (GSI). The resultant award will be issued bilaterally, requiring contractor acceptance. Quotes are due by March 13, 2026.
Scope of Work
This contract covers the repair of GOVERNOR,DIESEL ENG to meet operational and functional requirements, specifically CAGE 31361, Ref. No. 9900-529. All repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Items must be marked in accordance with MIL-STD-130, REV N. The contractor is responsible for all inspection and testing requirements as per original manufacturer specifications and drawings. Packaging must comply with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation (resultant award will be bilateral)
- Set-Aside: None specified
- Response Due: March 13, 2026, 8:30 PM EST
- Published: March 3, 2026
- Option: The Government intends to add an option for increased quantity, exercisable within 365 days from the date of award.
Submission Requirements
Quotes must include: Unit Price, Total Price, and Repair Turnaround Time (RTAT). Offerors must specify if they are quoting Firm-Fixed-Price, Estimated, or Not-to-Exceed (NTE). Additional information required includes: RMA (if applicable), Delivery Vehicle, NSN of similar/upgrade parts (if not previously purchased by NAVSUP WSS or prices increased), copies of invoices for commercial sales, basis for pricing if not in line with historical data, and T&E fee/price for items determined Beyond Repair (BR/BER). Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE are also required. New unit price and delivery lead-time for comparison are requested. Accelerated delivery is encouraged. Freight is FOB Origin and handled by the Navy per the Commercial Asset Visibility (CAV) Statement of Work.
Additional Notes
Contractors are subject to a price reduction per unit/per month for failure to meet the required RTAT due to unexcusable delays. Offerors must provide the proposed price reduction amount and maximum. Consideration for award will only be given to authorized distributors of the original manufacturer's item; proof of authorization on company letterhead is required with the offer. Contact Kristen L. Wardecker at KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL or 717-605-5665 for inquiries.