MOTOR,ALTERNATING C, N00383-26-Q-B067
SOL #: N00383-26-Q-B067Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States
Place of Performance
Place of performance not available
NAICS
Motor and Generator Manufacturing (335312)
PSC
Motors, Electrical (6105)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 3, 2026
2
Submission Deadline
Mar 10, 2026, 6:00 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, NAVSUP Weapon Systems Support, is soliciting quotations for the repair of one unit of National Stock Number (NSN) 6105 008291763, MOTOR, ALTERNATING C. This is an unrestricted opportunity, likely a Firm Fixed-Price contract, with an induction period of up to two years and options for up to 160 units. Quotations are due by Close of Business, March 18, 2026.
Scope of Work
This solicitation is for the repair of one unit of NSN 6105 008291763, Part Number (PN) 540299, for FMS Requirement GR-P-MPL. Key requirements include:
- Repair of the specified NSN unit with a requested Repair Turn-Around Time (RTAT) of 128 days.
- All repair work must adhere to the contractor's standard practices, manuals, and directives, including technical orders and approved repair standards.
- Notification and approval from the NAVSUP-WSS-MECH Contracting Officer are required for any changes in design, material, servicing, or part number.
- Hazardous material identification and Material Safety Data Sheets (MSDS) are required for any hazardous materials delivered.
- Packaging and marking must comply with MIL-STD-129 and other specified requirements.
- Items may be subject to Unique Item Identification (UID) requirements.
Contract & Timeline
- Contract Type: Implied Firm Fixed-Price (based on Section B of the solicitation).
- Induction Period: 365 calendar days from contract award, with the Government reserving the right to extend this by an additional 365 days, for a total of two years. Unused induction slots from the first year may carry over.
- Pricing and Options: Contractors shall propose option pricing for a maximum of 160 units over the entire contract period. Separate pricing is required for the second year if it differs from the first 365 days.
- Contract Award: The Government may place the initial order for any number of units up to the specified maximum. Total contract value for threshold purposes will be calculated by multiplying the highest proposed unit price by the maximum number of units.
- Set-Aside: This is NOT a small business set-aside (unrestricted).
- Quotations Due: Close of Business, March 18, 2026.
- Published Date: March 3, 2026.
- Applicable Terms: All Terms and Conditions of BOA N0038322GTV01 apply.
Submission & Evaluation
- Quotations are due on or before Close of Business, March 18, 2026.
- Evaluation criteria are not detailed but will likely include price and compliance with technical requirements.
Additional Notes
- WAWF (Wide Area WorkFlow) is required for payment requests and receiving reports.
- Contact for inquiries: Devon M. McNamee at devon.m.mcnamee.civ@us.navy.mil or 215-917-2782.
People
Points of Contact
devon.m.mcnamee.civ@us.navy.milPRIMARY
Files
Files
Versions
Version 1Viewing
Solicitation
Posted: Mar 3, 2026