MITSUBISHI PLUNGE and WIRE EDM

SOL #: N3904026Q5223Combined Synopsis/SolicitationSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PORTSMOUTH NAVAL SHIPYARD GF
PORTSMOUTH, NH, 03801-5000, United States

Place of Performance

Kittery, ME

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Metalworking Machinery (J034)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 27, 2026
2
Submission Deadline
Mar 4, 2026, 10:00 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, specifically the Portsmouth Naval Shipyard, intends to award a Firm-Fixed-Price purchase order on a sole-source basis to MC Machinery Systems for corrective maintenance of Mitsubishi Plunge and Wire EDM machines. This acquisition is justified under FAR 6.103-1, citing the need for manufacturer-certified technicians and approved parts. Quotes are due by March 4, 2026, at 5:00 PM ET.

Opportunity Overview

This combined synopsis/solicitation seeks to procure corrective maintenance services for one (1) Mitsubishi Plunge EDM and one (1) Mitsubishi Wire EDM located at the Portsmouth Naval Shipyard in Kittery, ME. The Government has determined that MC Machinery Systems is the only source reasonably available to perform these services, as the Statement of Work (SOW) requires work by manufacturer-certified technicians using only manufacturer-approved parts and software.

Scope of Work

The contractor shall provide all personnel, equipment, tools, materials, and supervision necessary to restore the specified Mitsubishi EDM machines to full operational status. This includes corrective and on-call maintenance services, parts replacement, technical software support, and necessary software upgrades. All work will be performed within the Controlled Industrial Area (CIA) at Portsmouth Naval Shipyard.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) Purchase Order
  • Set-Aside: Other Than Full and Open Competition (Sole Source to MC Machinery Systems)
  • NAICS Code: 811310 (Size Standard: $12.5 million)
  • Place of Performance: Portsmouth Naval Shipyard, Kittery, ME, 03904
  • Period of Performance: Work in the base period shall commence within four (4) weeks of contract award and be completed within eight (8) weeks of contract award. The SOW also outlines a base period until September 30, 2026, with three option years for on-call corrective maintenance.

Submission Requirements (for MC Machinery Systems)

Quotes must be submitted directly to the Contracts Officer via email. Required components include:

  • A total firm-fixed-price for all corrective maintenance work.
  • A separate schedule of fully burdened labor rates, by labor category, for potential unscheduled or emergency repairs.
  • A proposed fixed pass-through markup rate for materials and parts for unscheduled repairs.
  • Confirmation of ability to meet the period of performance and all security requirements.
  • Company name, address, CAGE code, and UEI number.

Key Considerations

Vendors must be registered in the System for Award Management (SAM) database. This solicitation incorporates by reference applicable FAR and DFARS provisions and clauses. Strict security requirements apply for personnel accessing the Controlled Industrial Area, including U.S. citizenship verification and specific ID proofing. The Unplanned Work Request form (Attachment 2) details the process for authorizing unscheduled repairs, including cost breakdowns and required approvals. Wage Determinations (Attachment 3) specify minimum labor rates for the region.

Attachments

  • Attachment 1: Statement of Work (SOW)
  • Attachment 2: Work Request Form (Unplanned Work Request)
  • Attachment 3: Wage Determination
  • Attachment 4: ID Proofing Docs
  • Attachment 5: Field Report CDRL A002 (Maintenance Service Report)

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
MITSUBISHI PLUNGE and WIRE EDM | GovScope