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, has issued a Solicitation for the overhaul service of Government-owned Denison Legacy Steering Pumps. This is a firm-fixed-price acquisition for SRF-JRMC Det Yokosuka. While the solicitation is UNRESTRICTED, a Justification & Approval (J&A) indicates a limited-sources basis due to the proprietary nature of the equipment. Offers are due February 3, 2026.
Scope of Work
This requirement involves the commercial overhaul service of two (2) Government-Furnished Denison Legacy Steering Hydraulic Power Unit (HPU) Main Hydraulic Back-Up Pumps, Model PVP61H. Specifically, the contractor will receive, inspect, overhaul, test, preserve, and ship pumps with Serial No. 1373 (CLIN 0001) and Serial No. 2409 (CLIN 0002). All overhaul procedures, testing, and replacement components must strictly adhere to OEM standards and specifications, utilizing only genuine OEM parts. The overhauled items must be shipped to U.S. Naval Base Yokosuka, Japan.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Set-Aside: UNRESTRICTED (though a J&A supports a limited-sources approach)
- Offer Due Date: February 3, 2026, 03:00 PM Local Time
- Questions Deadline: 3 calendar days prior to the closing date
- Published Date: January 30, 2026
Evaluation
The government will select the most advantageous offer based on Technical (including delivery date), Price, and Past Performance. These factors are of no specific order of relative importance.
Additional Notes
This procurement is being conducted on a limited-sources basis under FAR Part 13, as detailed in the attached Justification & Approval (J&A). The J&A specifies that only authorized sources can perform repairs on the Denison Legacy 61 Series Product due to proprietary data 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. The Government will arrange and pay for transportation of materials from within the United States to CONUS/OCONUS consignees (FOB Origin). Invoices will be submitted via Wide Area WorkFlow (WAWF).