REGULATOR, INTER REPAIR

SOL #: N0038326QS074SolicitationSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

Industrial Valve Manufacturing (332911)

PSC

Valves, Nonpowered (4820)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 24, 2026
2
Submission Deadline
Mar 26, 2026, 8:00 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 (NAVSUP WSS Philadelphia) is seeking repair services for six INTER REGULATOR units (NSN 4820013485128, P/N 722740E) primarily for Foreign Military Sales (FMS) requirements. The Government intends to solicit Meggitt North Hollywood Inc. as a sole source under FAR 6.302-1 due to a lack of necessary data for repairs. However, all responsible sources are invited to identify their interest and provide capability statements. Proposals from other sources will be considered if received within 5 days of the synopsis publication (February 24, 2026). Quotations are due March 26, 2026.

Scope of Work

This opportunity requires contractors to furnish all necessary labor, material, and facilities to repair and/or modify the specified INTER REGULATOR units to operational conditions. Key requirements include:

  • Repair Turnaround Time (RTAT): 180 days after receipt of asset.
  • Throughput Constraint: To be filled in by the contractor (X/month).
  • Induction Expiration Date: 365 days after contract award date.
  • Mercury Free: All supplied material must be free from mercury contamination.
  • Item Identification: Contractor must provide DoD unique identification for all items.
  • Configuration Management: Maintain the total equipment baseline configuration.
  • Hazardous Materials: Offerors must identify any hazardous materials and provide Material Safety Data Sheets.
  • Quality Assurance: Higher-level contract quality requirement (ISO 9001) and inspection at the contractor's/subcontractor's plant.

Contract & Timeline

  • Type: Solicitation (Request for Quotation - RFQ)
  • Set-Aside: Not a small business set-aside; sole-source intent to Meggitt North Hollywood Inc.
  • Period of Performance: Induction for a one-year period from the date of the order.
  • Quotation Due Date: March 26, 2026, by 20:00:00Z.
  • Published Date: February 24, 2026.

Evaluation

This is not a request for competitive proposals. However, proposals received within 5 days of the synopsis publication will be considered. A determination by the Government not to compete is solely at their discretion. Evaluation criteria are not detailed but will likely include factors related to price, technical capability, and compliance with requirements.

Additional Notes

Source Approval is required. NAVSUP WSS will not delay award while Source Approval is pending. If not an approved source, bidders must submit detailed information as per the NAVSUP-WSS Source Approval Information Brochure for Repair, along with their proposal. Packaging and marking requirements are critical, referencing "BEST STANDARD COMMERCIAL PACKAGING FOR OVERSEAS SHIPMENT" and detailed in the "N0038325PR0R016 PACKAGING INFO.pdf" document, which specifies MIL-STD-2073-1 and MIL-STD-129 standards. Early and incremental deliveries are accepted and preferred. The primary point of contact is Taylor Kilkenny (taylor.c.kilkenny.civ@us.navy.mil).

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 24, 2026
REGULATOR, INTER REPAIR | GovScope