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, is soliciting proposals for the rebuild and remanufacture of ELPAR main lift cylinders (Solicitation N4523A26Q5706). This Total Small Business Set-Aside opportunity requires services including disassembly, inspection, repair, cleaning, and testing to ensure the continued functionality of essential equipment. The place of performance is the awarded vendor's location, with delivery to Bremerton, WA. Proposals are due by February 9, 2026, at 10:00 AM PST.
Scope of Work
The contractor will be responsible for the comprehensive reconditioning of Elwell Parker main lift cylinders. Key tasks include:
- Disassembly, initial inspection, and cleaning of all components.
- Replacement of seals and wear items with industry-standard equivalents.
- Repair of damaged threads, preparation of rod seal grooves, and welding/finish machining.
- Restoration of cylinder parts through honing, grinding, polishing, chrome plating, flame spraying, weld cladding, or machining; fabrication of new parts if restoration is not feasible.
- Preservation of 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 obsolete Main Lift Cylinders (PN: 7790300-2) as Government Furnished Property (GFP).
Contract & Timeline
- Contract Type: Solicitation (Firm Fixed Price for all CLINs).
- Set-Aside: Total Small Business (FAR 19.5).
- NAICS Code: 811310 (Maintenance, Repair And Rebuilding Of Equipment: Vehicular Equipment Components) with a size standard of $12.5 Million.
- Period of Performance: 4-6 weeks from award, with delivery scheduled for 6 weeks from the lead time event.
- Response Due Date: February 9, 2026, 10:00 AM PST.
- Published Date: February 2, 2026.
- Payment: Will be processed via Wide Area WorkFlow (WAWF).
Evaluation & Compliance
Proposals will be evaluated based on the submission of a schedule of work to ensure completion within the 6-week timeframe, and at least one (but no more than three) examples of successfully completed contracts with similar requirements. Technical approach and past performance are considered approximately equal to cost or price. Bidders must ensure their SAM profile includes the specified NAICS code. The solicitation incorporates numerous FAR and DFARS clauses, including those related to Service Contract Labor Standards, Item Unique Identification, and prohibitions concerning telecommunications equipment (FAR 52.204-24, Section 889). A Quality Assurance Surveillance Plan (QASP) details the government's monitoring methods, including 100% inspection, periodic inspection, customer feedback, and random sampling. The contractor is responsible for all resources except GFP and must maintain an effective quality control program. Recommendations for repairs exceeding $40,000 require Contracting Officer approval.