N4523A26Q5706 ELPAR Cylinder Lift Rebuild
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, Puget Sound Naval Shipyard IMF, has issued a Solicitation (N4523A26Q5706) for the ELPAR Cylinder Lift Rebuild. This Total Small Business Set-Aside opportunity seeks services to recondition Elwell Parker main lift cylinders, ensuring the continued functionality of essential equipment. The estimated value for this Firm Fixed Price contract is $12,500,000.00.
Scope of Work
The contractor will be responsible for the comprehensive rebuild and remanufacture of Elwell Parker main lift cylinders (PN: 7790300-2). This includes:
- Disassembly, initial inspection, and thorough cleaning of all components.
- Replacement of seals and wear items with industry-standard equivalents.
- Repair of damaged threads and preparation for welding/machining.
- Restoration of cylinder parts through various methods (honing, grinding, polishing, chrome plating, etc.), or fabrication of new parts if necessary.
- Preservation of the cylinder exterior by priming and painting with Safety Yellow PSX700 epoxy enamel.
- Performance of minimum testing, including pressurization to 2500 psig and full extension/retraction testing, ensuring no leakage or deformation.
- Delivery of completed cylinders back to Puget Sound Naval Shipyard.
The government will provide two Elwell 2 main lift cylinders (PN: 7790300-2) as Government Furnished Property (GFP), noting they are obsolete.
Contract Details & Timeline
- Contract Type: Firm Fixed Price (for all CLINs).
- Estimated Value: $12,500,000.00.
- Set-Aside: Total Small Business (NAICS 811310, size standard $12,500,000.00).
- Period of Performance: Delivery is expected 4-6 weeks from the date of award.
- Place of Performance: Awarded vendor's location.
- Offers Due: February 9, 2026, at 10:00 AM PST.
- Published Date: February 2, 2026.
Submission & Evaluation
Proposals will be evaluated based on the submission of a schedule of work, past performance (1-3 examples of similar contracts), and technical approach. Past performance and technical approach are considered approximately equal to cost or price. Bidders must ensure their NAICS code is specified in their SAM profile.
Compliance & Deliverables
The solicitation includes numerous FAR and DFARS clauses. Payment will be made via Wide Area WorkFlow (WAWF). Key deliverables include a report of conditions found, a report of components replaced, and a written result of pressure testing. A Quality Assurance Surveillance Plan (QASP) details the government's monitoring methods, including 100% inspection, periodic inspection, customer feedback, and random sampling, against defined performance standards.