LPAC Maintenance Overhaul
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's NAVSUP Fleet Logistics Center Puget Sound (FLCPS) is soliciting proposals for a specialized 5000-hour maintenance overhaul on Low Pressure Air Compressors (LPACs) for the USS Rafael Peralta (DDG-115). This is an unrestricted acquisition, anticipating a Firm Fixed-Price contract. Offers are due by May 13, 2026, at 10:00 AM (Local Time).
Scope of Work
The contractor will perform maintenance and inspection on LPAC units #1, #2, and #3, in accordance with specified Task Group Instructions (TGIs) and references. Key tasks include:
- Programming and adjusting internal components of the LPACS Programmable Logic Controller (PLC) to ensure satisfactory operational tests.
- Providing V/G test and inspection records to the SRF QA.
- Providing all equipment and material not listed as Government Furnished Property.
- Complying with specific restrictions regarding parking, radio operation, privately owned computers/telephones, and photography/recording.
- Adhering to all safety and environmental requirements.
Contract & Timeline
- Type: Firm Fixed-Price
- Period of Performance: August 17, 2026, to September 12, 2026 (26 days).
- Place of Performance: USS Rafael Peralta (DDG-115) at U.S. Naval Ship Repair Facility SRF-JRMC, Yokosuka, Japan.
- Set-Aside: Unrestricted
- Offer Due Date: May 13, 2026, 10:00 AM (Local Time)
- Questions Deadline: 1 day prior to the solicitation's closing date.
- Published: May 6, 2026
Evaluation Factors
Proposals will be evaluated based on technical capability (including delivery date), price, and past performance, with no order of relative importance. A single award will be made for all items. Offerors must note any exceptions to the solicitation's terms, conditions, specifications, or Performance Work Statement (PWS).
Submission Requirements & Notes
- Offerors must be registered in the System for Award Management (SAM).
- References marked Distribution D require interested vendors to be registered in the Joint Certification Program (JCP).
- Quotes and questions must be emailed to Sara Robinson (sara.e.robinson19.civ@us.navy.mil), including the solicitation number N0040626Q0168 in the subject line.
- Invoices will be submitted via WAWF (Clause 252.232-7006).
- Contractor personnel require security passes/ID badges for site access and must report all labor hours via ecmra.mil.
- Packaging must comply with ASTM-D-3951, utilize heat-treated wood, and include DoD unique identification.