SEAL ASSEMBLY,SHAFT
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 Mech, has issued a Solicitation for the repair of SEAL ASSEMBLY,SHAFT units. This opportunity, identified by an amendment increasing the quantity to two units, requires contractors to provide repair services with a Repair Turnaround Time (RTAT) of 86 days. Offers are due by May 1, 2026.
Scope of Work
This solicitation covers the repair and quality assurance requirements for SEAL ASSEMBLY,SHAFT (CAGE: 0EYA6, Ref. No.: H73918-01-6-1). Work must adhere to the contractor's standard repair practices, manuals, and directives, including drawings and technical orders. Key requirements include:
- Meeting operational and functional specifications.
- Physical identification in accordance with MIL-STD-130, REV N.
- Government Source Inspection (GSI) is required.
- Freight is FOB Origin and handled by the Navy per the Commercial Asset Visibility (CAV) Statement of Work.
Contract & Timeline
- Opportunity Type: Solicitation
- Product/Service Code: 2040 - Marine Hardware And Hull Items
- Set-Aside: None Specified
- Response Due: May 1, 2026
- Published Date: May 6, 2026 (Amendment posted)
- Agency: Dept Of Defense / DEPT OF THE NAVY / NAVSUP WEAPON SYSTEMS SUPPORT MECH
- Contact: SOPHIE.E.BENSON.CIV@US.NAVY.MIL, Phone: 7176056829
Key Requirements & Instructions
Offerors must provide a quote including unit price, total price, and proposed RTAT. If the required 86-day RTAT cannot be met, capacity constraints must be detailed. The resultant contract will be bilateral, requiring contractor's signed acceptance. An option for increased quantity may be exercised. A price reduction will be applied for unexcusable delays in meeting RTAT. Only authorized distributors of the original manufacturer's item will be considered, and proof must be submitted with the offer. Mandatory use of Workflow Pro (WFP) Mod Assist Module is required.
Additional Notes
The solicitation includes clauses such as ITEM UNIQUE IDENTIFICATION AND VALUATION, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS, BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM, and NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025). Packaging shall be in accordance with MIL-STD 2073. Information regarding T&E fees for Beyond Repair (BR/BER) items and pricing for new units should also be provided.