LPAC Overhaul Maintenance
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 FLT LOG CTR PUGET SOUND has issued a Sole Source Solicitation (N0040626Q0106) for LPAC Overhaul Maintenance services. This requirement is specifically for the maintenance overhaul of Low Pressure Air Compressors (LPACs) on the USS Rafael Peralta (DDG-115). While designated as sole source to RIX Industries, interested vendors must be registered in the Joint Certification Program (JCP) to access reference documents. Quotes and questions are due by April 22, 2026, at 5:00 PM ET.
Scope of Work
The contractor will perform maintenance, inspection, programming, and adjustment of #1, #2, and #3 LPACs on the USS Rafael Peralta (DDG-115). This includes ensuring satisfactory operational tests and providing test/inspection records to SRF QA. Services must meet 100% compliance with requirements, including FAR clause 52.222-50 (Combating Trafficking in Persons).
Contract Details
- Opportunity Type: Solicitation (Sole Source)
- Contract Type: Firm Fixed Price
- Set-Aside: Unrestricted
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- 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.
Submission & Evaluation
Quotes and questions must be submitted via email to the acquisition point of contact, Sara Robinson (sara.e.robinson19.civ@us.navy.mil), with the solicitation number N0040626Q0106 in the subject line. Questions are due two days prior to the closing date. Evaluation will assess price for reasonableness and past performance as part of the responsibility determination. Offerors must note any exceptions to the solicitation terms; failure to do so implies acceptance. A single award will be made for all items.
Special Requirements
Access to reference documents requires registration in the Joint Certification Program (JCP). The government will provide crane, rigging, utilities, safety/gas-free inspections, and QA. The contractor must provide all other necessary equipment and materials. Specific rules apply to contractor personnel in the workplace, including identification, communication, and restrictions on operating lifting equipment, parking, radio use, personal devices, and photography. Compliance with Federal, state, local, OSHA, and environmental regulations is mandatory. Contractor personnel may require a Security Pass/ID Badge for access to the Operations Area (OA) or Industrial Area (IA), with restrictions for individuals with felony convictions and foreign nationals. Contractor labor hours must be reported via http://www.ecmra.mil/. Information for contractor employees entering Japan is also provided.