POWER SUPPLY,UNINTR

SOL #: N0010425QYH30Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Current-Carrying Wiring Device Manufacturing (335931)

PSC

Converters, Electrical, Nonrotating (6130)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 30, 2025
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Dec 1, 2025, 8:30 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, NAVSUP Weapon Systems Support (WSS) Mechanicsburg, has issued a solicitation for the repair of Uninterruptible Power Supply (POWER SUPPLY,UNINTR) units. This requirement is issued under Emergency Acquisition Flexibilities (EAF) and is a DPAS-rated order. The solicitation seeks proposals for the repair of three units (updated from two). Proposals are due by February 12, 2026.

Scope of Work

This opportunity covers the repair and quality requirements for the POWER SUPPLY,UNINTR, specifically Cage Code 03538, Reference Number 77A126310P002. Vendors must provide an estimated repair price for the full effort and include the cost of new units for evaluation. The repair effort includes addressing unwhole condition, missing hardware, damage, and CAV Reporting. Contractors will have 90 days after receipt of carcasses to complete teardown, evaluation, and submit a Firm Fixed-Price (FFP) quote for the full repair. The requested Repair Turn Around Time (RTAT) is 88 days.

Technical Requirements

All repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings and technical orders. Items must be marked in accordance with MIL-STD-129. A critical requirement is that the material must be mercury-free due to its intended use on submarines/surface ships; any functional mercury requires written approval and a warning plate. Changes in design, material, or part number must follow specific code procedures.

Submission Requirements

Offerors must specify any exceptions to solicitation requirements (e.g., MIL-STD Packaging, Labeling, Inspection & Acceptance locations). Quotes must include:

  • Teardown & Evaluation Rate
  • Repair Turn Around Time (RTAT)
  • Throughput Constraint
  • Induction Expiration Date If the Offeror is not the Original Equipment Manufacturer (OEM), the OEM's name and CAGE must be stated, and traceability documentation provided upon request. Only authorized distributors of the OEM will be considered, and proof on company letterhead is required with the offer.

Contract & Timeline

  • Opportunity Type: Solicitation
  • Set-Aside: None specified
  • Response Due: February 12, 2026, at 8:30 PM EST
  • Published Date: February 5, 2026
  • Award: Will be issued bilaterally, requiring contractor's written acceptance.
  • Contact: Uyen Catherine Tran, uyencatherine.h.tran.civ@us.navy.mil, 717-605-6805.

Additional Notes

Contractual documents will be issued electronically. If packaging occurs at a different location, the facility's name, address, and CAGE must be provided. The opportunity includes detailed information on obtaining applicable documents and distribution statements for government-provided materials.

People

Points of Contact

SEANA.M.STEINER.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 4
Solicitation
Posted: Feb 5, 2026
View
Version 3
Solicitation
Posted: Oct 31, 2025
View
Version 2Viewing
Solicitation
Posted: Oct 31, 2025
Version 1
Solicitation
Posted: Apr 30, 2025
View