Overhaul of Denison Legacy Steering Pumps
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, specifically NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for the overhaul of Government-owned Denison Legacy Steering Pumps. This is a firm-fixed-price acquisition for commercial overhaul services for SRF-JRMC Det Yokosuka. While the acquisition is technically UNRESTRICTED, it is conducted on a limited-sources basis due to the proprietary nature of the equipment, requiring sources authorized to work on the Denison legacy 61 series product. Offers are due by February 3, 2026.
Scope of Work
This requirement involves the receive, inspect, overhaul, test, and ship of two (2) Government-Furnished Steering Hydraulic Power Unit (HPU) Main Hydraulic Back-Up Pumps (Serial No. 1373 and 2409). All overhaul procedures, testing, and replacement components must strictly adhere to OEM standards and specifications, utilizing only genuine OEM parts. The overhauled items are to be shipped to U.S. Naval Base Yokosuka, Japan.
Contract & Timeline
- Opportunity Type: Solicitation
- Contract Type: Firm Fixed Price
- Set-Aside: UNRESTRICTED (but limited to authorized Denison Legacy 61 series product repair sources)
- Offer Due Date: February 3, 2026, 03:00 PM Local Time
- Questions Deadline: 3 calendar days prior to the solicitation's closing date
- Published Date: February 2, 2026
Eligibility & Restrictions
This procurement is limited to sources authorized to perform work on the Denison legacy 61 series product, as detailed in the Brand Name Justification and Approval (J&A). The J&A cites proprietary data, U.S. Navy Technical Manuals, and the need for direct replacements compatible with existing systems. Offerors must be registered in the System for Award Management (SAM) to be eligible for an award.
Evaluation Factors
The government will select the most advantageous offer based on Technical capability (including delivery date), Price, and Past Performance, with no order of relative importance specified.
Additional Notes
The Government will arrange and pay for transportation of materials from within the United States to CONUS/OCONUS consignees (FOB Origin). Offerors must note all exceptions to the solicitation's terms, conditions, specifications, and/or Performance Work Statement (PWS); failure to do so implies no exceptions will be taken. Invoices will be submitted via Wide Area WorkFlow (WAWF).