INDICATOR,PROPELLER
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 MECH has issued a Solicitation for the repair of INDICATOR,PROPELLER (Product Service Code 6320). This opportunity, issued under Emergency Acquisition Flexibilities (EAF), encourages accelerated delivery and requires a Repair Turnaround Time (RTAT) of 324 days. Quotes are due by April 20, 2026.
Scope of Work
This solicitation covers the repair of "INDICATOR,PROPELLER" items, which must meet specified operational and functional requirements, including adherence to Cage Code/Reference Number items (e.g., 34246 14-102 M0D 355 TYPE BH). All repair work must comply with the contractor's standard practices, manuals, and approved repair standards. Items require marking in accordance with MIL-STD-130, REV N. Government Source Inspection (GSI) is required, and the contractor is responsible for all inspection and testing per original manufacturer's specifications.
Contract & Timeline
- Type: Solicitation (for repair services)
- Response Due: April 20, 2026, 8:30 PM EDT
- Published: April 3, 2026
- Set-Aside: None specified for the prime contract.
- Options: The Government intends to add an option quantity for increased supplies.
Key Requirements
Offerors must provide quotes including unit price, total price, and proposed Repair Turnaround Time (RTAT). The required RTAT is 324 days, measured from asset return to acceptance. A price reduction will be incurred for failure to meet the RTAT, with the contractor proposing the reduction amount and maximum. All freight is FOB Origin. The resultant award will be issued bilaterally. Only authorized distributors of the original manufacturer's item will be considered, and proof must be provided with the offer.
Additional Notes
The Navy handles freight as per the Commercial Asset Visibility (CAV) Statement of Work. Applicable clauses include Buy American-Free Trade Agreements, Cybersecurity Maturity Model Certification (CMMC) level requirements, and a Small Business Subcontracting Plan for DOD Contracts. Information on obtaining applicable documents and distribution statements is provided.