MOTOR,ALTERNATING C
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 WEAPON SYSTEMS SUPPORT MECH is soliciting proposals for the procurement of MOTOR, ALTERNATING C. This is a Firm-Fixed Price (FFP) procurement requiring adherence to specific design, marking, and quality assurance standards. Quotes are due by March 6, 2026, at 8:30 PM EST.
Scope of Work
This solicitation outlines the requirements for the manufacture and contract quality of MOTOR, ALTERNATING C. Key specifications include:
- Design: Must conform to Cage Code
06kg9reference number5186635-002. - Marking: Physical identification is required in accordance with
MIL-STD-130, REV N, 16 NOV 2012. - Design Changes: Specific procedures and codes are provided for any changes in design, material, servicing, or part number, with most requiring Procurement Contracting Officer (PCO) approval.
RFW 5406W-327is approved and must be interpreted in addition to drawing5186635. - Quality Assurance: The Contractor is responsible for all inspection requirements and compliance, maintaining records for 365 days after final delivery. The Government reserves the right to perform inspections.
- Packaging:
MIL-STD 2073applies.
Contract & Timeline
- Type: Solicitation, leading to a bilateral Firm-Fixed Price (FFP) contract.
- Product Service Code: 6105 (Motors, Electrical)
- Set-Aside: None specified.
- Response Due: March 6, 2026, 8:30 PM EST.
- Published: February 4, 2026.
Submission Requirements
Quotes, representations, and certifications must be submitted electronically via email to CHARLES.T.MILLER7.CIV@US.NAVY.MIL. Required quote information includes:
- New procurement unit price and total price.
- Procurement delivery lead time (PTAT) in days.
- Award to CAGE and Inspection & Acceptance CAGE (if different).
- Cost breakdown (if feasible) and quote expiration date (minimum 90 days).
- Delivery Vehicle (if a Delivery Order is requested).
Offerors must be an authorized source for the material. If not the manufacturer, an official letter or email from the OEM confirming authorized distributor status is required. General requirements include
MIL-STD PackagingandGovernment Source Inspection. All freight isFOB Origin.
Additional Information
This opportunity incorporates standard clauses such as Buy American-Free Trade Agreements-Balance of Payments Program, Wide Area Workflow Payment Instructions, and Annual Representations and Certifications. Detailed instructions for obtaining applicable documents and understanding distribution statements for Navy documents are also provided.