LUBRICATOR ASSEMBLY

SOL #: N0010426QQA60Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Other Electronic Component Manufacturing (334419)

PSC

Fire Control Radar Equipment, Except Airborne (1285)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 3, 2026
2
Submission Deadline
Feb 23, 2026, 8:30 PM

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, is soliciting quotes for the repair of LUBRICATOR ASSEMBLY (Product Service Code: 1285 - Fire Control Radar Equipment, Except Airborne; NSN/Part Number verification required). This Request for Quote (RFQ) seeks to establish a bilateral contract for repair services, with a required Repair Turnaround Time (RTAT) of 650 days. Quotes are due by February 23, 2026.

Scope of Work

This opportunity covers the repair and associated quality requirements for the LUBRICATOR ASSEMBLY, specifically referencing CAGE Code 53711 and Reference Number 5191506. All repair work must adhere to the contractor's standard practices, manuals, drawings, and technical orders, ensuring the item meets original operational and functional requirements. Marking must comply with MIL-STD-130, REV N. Changes in design, material, or part number require specific procedures and Contracting Officer approval.

Contract & Timeline

  • Type: Bilateral Contract for Repair Services (Firm-Fixed-Price or Estimated/NTE to be quoted)
  • Required RTAT: 650 days (from asset return to acceptance)
  • Option: Government intends to include an option for increased quantity per FAR 52.217-6.
  • Quote Due: February 23, 2026, 8:30 PM EST
  • Published: February 3, 2026

Key Requirements & Evaluation

Offerors must provide unit price, total price, and their proposed RTAT. If the required RTAT of 650 days cannot be met, capacity constraints must be detailed. Quotes should also include pricing for items not previously purchased by NAVSUP WSS or if prices have increased, with supporting documentation. A Testing and Evaluation (T&E) fee/price for Beyond Repair (BR/BER) items must be quoted, with a not-to-exceed (NTE) amount. Government Source Inspection (GSI) is required. Freight is FOB Origin and handled by the Navy.

Additional Notes

A price reduction will be applied for unexcusable contractor delays in meeting the RTAT, with offerors required to propose a reduction amount per unit per month, up to a maximum. Only authorized distributors of the original manufacturer's item will be considered for award, and proof of authorization on company letterhead must accompany the offer. Quality assurance requires contractor responsibility for inspection, adherence to ISO9001 (as per clause), and records retention for 365 days. Packaging must comply with MIL-STD 2073.

People

Points of Contact

GENEVIEVE.E.MILLER2.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Feb 3, 2026
LUBRICATOR ASSEMBLY | GovScope