N0010426QLB36

SOL #: 23230-0232Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Mechanicsburg, PA

NAICS

Measuring (333914)

PSC

Power And Hand Pumps (4320)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 23, 2026
2
Submission Deadline
May 26, 2026, 9:00 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 NAVSUP WEAPON SYSTEMS SUPPORT MECH, is seeking quotes for the Teardown, Evaluate, Repair, and/or Modify services for a MOTOR, HYDRAULIC (NSN 7HH 4320-01-278-2352). This Request for Quotations (RFQ) emphasizes Repair Turnaround Time (RTAT) and requires Government Source Inspection (GSI). Quotes are due by May 26, 2026.

Scope of Work

The contractor will perform repair services for the specified hydraulic motor, adhering to their standard repair practices. Key requirements include:

  • Marking in accordance with MIL-STD-130.
  • Packaging in accordance with MIL-STD-2073.
  • Item Unique Identification and Valuation (IUID) for items with a unit acquisition cost of $5,000 or more.
  • Mandatory Commercial Asset Visibility (CAV) reporting.
  • Government Source Inspection (GSI) at the contractor's facility.
  • Transportation for this order is handled by the US Navy, with contractors required to contact the Advanced Traceability and Control (ATAC) program for pick-up services.

Contract & Timeline

  • Type: Solicitation (RFQ) for repair services, expected to result in a bilateral Firm-Fixed-Price contract.
  • Duration: The period of performance for asset induction is one year from the order date.
  • Option: A 100% option quantity for Item 0001 is available, exercisable within 365 days of the effective contract award date.
  • Set-Aside: None specified.
  • Response Due: May 26, 2026 (Close of Business).
  • Published: April 23, 2026.

Evaluation & Submission

Award will be issued bilaterally, requiring the contractor's written acceptance. Quotes must include:

  • Unit Price and Total Price.
  • Proposed Repair Turnaround Time (RTAT) in days. Contractors not meeting the Government's required RTAT must provide capacity constraints.
  • Past performance is considered more important than price in the award evaluation.
  • Price reductions will be incurred for failure to meet required RTATs (amount to be specified by offeror).
  • Offerors must verify nomenclature, part number, and NSN prior to responding.
  • If an asset is determined Beyond Repair (BR/BER), a T&E fee will be negotiated, not-to-exceed a specified amount.

Additional Notes

Accelerated delivery is encouraged. If a company holds a Basic Ordering Agreement (BOA) for these items, the BOA's terms and conditions will apply and take precedence in case of conflict. Freight is FOB Origin. Wide Area Workflow (WAWF) is required for payment and receiving reports. Contractors must use the Workflow Pro (WFP) Mod Assist module for contract modification requests. For inquiries, contact Joshua Eshleman at JOSHUA.J.ESHLEMAN.CIV@US.NAVY.MIL or (771) 229-0428.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 23, 2026
N0010426QLB36 | GovScope