MOTOR
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, specifically NAVSUP Weapon Systems Support Mech, is soliciting offers for the manufacture and design of a MOTOR (Part Number: 603523-2). This solicitation, identified as N0010425QBM830001, has been amended to update the point of contact and extend the offer due date. Offers are now due by May 4, 2026.
Scope of Work
This opportunity requires the manufacture and design of a motor, specifically Part Number 603523-2, from HOWDEN NORTH AMERICA INC (75477). The furnished motor must meet the requirements specified in the ordering data and throughout the contract/purchase order. There are no technical drawings or data associated with this solicitation; the part number is considered fully descriptive. Key requirements include the exclusion of mercury or mercury-containing compounds.
Contract & Timeline
- Type: Solicitation
- Product/Service Code: 6105 (Motors, Electrical)
- Set-Aside: None specified
- Amendment Published Date: March 24, 2026
- Offer Due Date: May 4, 2026, by 8:30 PM ET (extended by amendment)
Key Requirements & Clauses
- Technical Specifications: Design, material, and dimensions must be in accordance with the specified manufacturer (HOWDEN NORTH AMERICA INC) and Part Number (603523-2).
- Order of Precedence: In case of conflict, amendments take precedence, followed by the schedule of supplies, terms and conditions, IRPOD/MPS, STRS, drawings, and specifications.
- Waivers/Deviations: Requests for delivery date extensions or waivers/deviations must be justified, include an explanation for delay/non-conformance, and demonstrate no impact on quality, form, fit, or function. Supporting technical data is required for alternate items.
- Quality Assurance: Contractors must maintain an inspection system acceptable to the Government.
- Packaging: MIL-PRF-23199 and MIL-STD 2073 packaging requirements apply, with specific guidance on cleanliness controls and the use of MIL-DTL-24466 green poly bags. Fire retardant packaging is no longer required.
- Electronic Commerce: Contractual documents are considered "issued" when deposited in mail, transmitted by facsimile, or sent by other electronic commerce methods like email.
Submission & Contact Information
Offers are to be submitted by the extended due date. Pricing for quotations is valid for 60 days unless otherwise specified.
- Point of Contact: CARLY.GASSERT@NAVY.MIL, Phone: 7712290084.
Additional Notes
This solicitation includes standard clauses such as ITEM UNIQUE IDENTIFICATION AND VALUATION, INSPECTION OF SUPPLIES, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS, and FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS-PROHIBITION. Information regarding Nuclear Reactor Publications and Commercial Specifications is also provided.