MOTOR,DIRECT CURREN

SOL #: N0010426QUB28Solicitation

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

Motor and Generator Manufacturing (335312)

PSC

Motors, Electrical (6105)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 26, 2026
2
Last Updated
May 7, 2026
3
Submission Deadline
May 27, 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 proposals for the REPAIR of a "MOTOR, DIRECT CURREN" (NSN 7HH 6105-01-443-8388). This solicitation is issued under Emergency Acquisition Flexibilities (EAF). A key requirement is that the awardee must be an authorized repair source. Proposals are due May 27, 2026, by 4:30 PM local time.

Scope of Work

This opportunity requires the repair of the specified Direct Current Motor, ensuring it meets operational and functional requirements as represented by CAGE/Reference Numbers 95270 G497-CN861 and 95270 K295-C40953. All repair work must adhere to the contractor's standard practices, manuals, and directives, including technical orders and approved repair standards. The motor's data plate Machine Readable Information (MRI) must contain government part number 12524409 and CAGE 19200. Marking shall be in accordance with MIL-STD-130, REV N. The contractor is responsible for all inspection and testing requirements per the original manufacturer's specifications and drawings. Packaging must comply with MIL-STD 2073.

Contract Details

  • Type: Firm-Fixed-Price (FFP), Not-To-Exceed (NTE), or Estimated (EST) for the repair. Quotes limited to test and evaluation (T&E) only will not be accepted.
  • Set-Aside: None specified.
  • Repair Turnaround Time (RTAT): Requested at 94 days after receipt of asset. A price reduction will be incurred for inexcusable delays in meeting the RTAT.
  • Eligibility: Only authorized distributors/repair sources will be considered. Proof of authorization is required with the offer.

Submission & Evaluation

Quotes, representations, and certifications must be submitted electronically via email to taylor.r.arroyo2.CIV@US.NAVY.MIL. Submissions must include:

  • Repair unit price, total price, RTAT, and new unit price.
  • T&E fee/price if the asset is determined Beyond Repair (BR)/Beyond Economical Repair (BER).
  • CAGE codes for award, inspection/acceptance, and facility/subcontractor locations.
  • A cost breakdown (if feasible) and a quote expiration date of at least 90 days.
  • If not quoting the requested 94-day RTAT, provide company capacity constraints. Evaluation will prioritize past performance over price.

Key Dates

  • Response Due: May 27, 2026, by 4:30 PM local time.
  • Published: April 29, 2026.

Additional Notes

Freight is handled by Navy CAV or Proxy CAV. Accelerated delivery is encouraged. This solicitation incorporates FAR Clause 52.222-90 (DEI Discrimination) and a revised FAR Clause 52.244-6 (Subcontracts for Commercial Products).

People

Points of Contact

TAYLOR.R.ARROYO2.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 3
Solicitation
Posted: May 7, 2026
View
Version 2Viewing
Solicitation
Posted: Apr 29, 2026
Version 1
Solicitation
Posted: Mar 26, 2026
View