POWER SUPPLY
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, NAVSUP Weapon Systems Support, has issued a Solicitation (RFQ) for the repair, overhaul, and inspection of one POWER SUPPLY (NSN 6120016636158, P/N M359-1-0-2-0-0). This requirement is a 100% Total Small Business Set-Aside. The award will be made to the responsible offeror providing the best value to the Government, considering both price and non-price factors. Proposals are due by February 19, 2026.
Scope of Work
This solicitation requires the contractor to repair, test, and inspect the specified POWER SUPPLY in accordance with applicable repair manuals, technical specifications, engineering orders, and drawings. The scope includes inspection, component repair and replacement, reassembly, and testing procedures to return units to a Ready For Issue (RFI) condition. The contractor is responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment.
Specific procedures are outlined for handling Beyond Economical Repair (BER) items, Missing on Induction (MOI) Shop Replaceable Assemblies (SRAs), and Over and Above Repair (OAR) efforts, requiring Government approval and documentation. All parts and materials used must be new, as defined by FAR 52.211-5, unless written PCO approval is obtained for alternatives. Cannibalization is generally not authorized without specific approval. The repair work is to be performed by MILPOWER SOURCE, INC. (Cage Code 5YWX2).
Contract & Timeline
- Type: Solicitation (Request for Quotation - RFQ)
- Set-Aside: Total Small Business
- Response Due: February 19, 2026, 8:30 PM EST
- Published: February 19, 2026
Evaluation Factors
Award will be based on the best value to the Government, considering:
- Price
- Non-Price Factors:
- Delivery Lead Time: Proposed lead times and schedules will be evaluated, with better ratings for those in the Government's best interest.
- Past Performance: Evaluation of successful contract performance, quality and timeliness of delivery, cost management, communication, proactive management, and customer satisfaction on related contracts.
- Note: All non-price evaluation factors, when combined, are approximately equal to price.
Additional Requirements
Offerors must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or an equivalent. Configuration management must adhere to NAVSUP WSS clause NAVICPIA18. Packaging requirements are per MIL-STD 2073.
Contact: Brian.T.Kent.civ@us.navy.mil