N4523A26Q5706 ELPAR Cylinder Lift Rebuild
SOL #: N4523A26Q5706Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
PUGET SOUND NAVAL SHIPYARD IMF
BREMERTON, WA, 98314-5001, United States
Place of Performance
Bremerton, WA
NAICS
Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Vehicular Equipment Components (J025)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 2, 2026
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Feb 9, 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, Puget Sound Naval Shipyard IMF, is soliciting proposals for the ELPAR Cylinder Lift Rebuild (N4523A26Q5706). This Total Small Business Set-Aside opportunity requires the comprehensive reconditioning of Elwell Parker main lift cylinders to ensure continued functionality of essential equipment at Bremerton, WA. Proposals are due February 9, 2026, at 10:00 AM.
Scope of Work
The contractor will be responsible for the comprehensive rebuild and remanufacture of Elwell Parker main lift cylinders. This includes:
- Disassembly, initial inspection, and cleaning of all components.
- Replacement of seals and wear items with industry-standard equivalents.
- Repair of damaged threads and preparation for welding.
- Restoration of cylinder parts through various methods (honing, grinding, plating, etc.), fabricating new parts if restoration is not possible.
- Exterior preservation by priming and painting with Safety Yellow PSX700 epoxy enamel.
- Minimum testing, including pressurization to 2500 psig and full extension/retraction, ensuring no leakage or deformation.
- Delivery of completed cylinders to Puget Sound Naval Shipyard. The Government will provide two (2) Elwell 2 main lift cylinders (PN: 7790300-2) as Government Furnished Property (GFP), which are noted as obsolete.
Contract Details
- Type: Firm Fixed Price (FFP) for all Contract Line Items (CLINs).
- Estimated Value: USD 12,500,000.00.
- Period of Performance: 4-6 weeks from award, with delivery scheduled 6 weeks from the lead time event (Date of Award).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a size standard of USD 12,500,000.00.
- Place of Performance: Awarded vendor's location (Bremerton, WA).
Submission & Evaluation
Offers are due by February 9, 2026, at 10:00 AM. Evaluation factors include:
- Submission of a schedule of work to ensure completion within the 6-week timeframe.
- Past performance (1-3 examples of similar successfully completed contracts).
- Technical approach. Past performance and technical approach are considered approximately equal to cost or price.
Key Attachments & Notes
- Amendment 1 (Feb 5, 2026): Added Attachment 7, a Technical Drawing, providing detailed specifications and dimensions for the hydraulic cylinder, crucial for understanding physical characteristics and ensuring compliance.
- Performance Work Statement (PWS): Outlines detailed scope, performance standards (e.g., 24-hour problem resolution, final condition reports), and special requirements including contractor-developed quality control and coordination with the COR.
- Quality Assurance Surveillance Plan (QASP): Details government monitoring procedures, performance objectives, and surveillance techniques (e.g., 100% inspection, customer feedback).
- Contract Data Requirements List (CDRLs): Specifies required data items such as "FLASH REPORT" and "Contractor Logistic Support Maintenance Report," with submission details.
- FAR Clauses: Includes mandatory FAR clauses (e.g., 52.212-5) and representations regarding telecommunications equipment (FAR 52.204-24, Section 889 compliance).
- Payment will be made via Wide Area WorkFlow (WAWF).
People
Points of Contact
Isaiah FontenotPRIMARY
Edwin BaldoriaSECONDARY