STOP ASSEMBLY,LOW P, N00383-26-Q-B065

SOL #: N00383-26-Q-B065Solicitation

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

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Propellers And Components (1610)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 3, 2026
2
Submission Deadline
Mar 10, 2026, 6:00 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 WEAPON SYSTEMS SUPPORT, has issued a solicitation for the repair of one unit of National Stock Number (NSN) 1610 011424521, identified as a STOP ASSEMBLY, LOW P (Part Number 774473-1). This opportunity is for repair services with a requested Repair Turn-Around Time (RTAT) of 90 days. Quotations are due by March 13, 2026.

Scope of Work

This solicitation requires the repair of one unit of NSN 1610 011424521, specifically a STOP ASSEMBLY, LOW P. All repair work must adhere to applicable technical orders, manufacturing operations, tooling instructions, and approved repair standards. Contractors must notify and obtain approval from the NAVSUP-WSS-MECH Contracting Officer for any changes in design, material servicing, or part number. Identification and Material Safety Data Sheets (MSDS) are required for any hazardous materials delivered.

Contract Details

The contract involves repair services with an initial induction period of 365 calendar days from the date of award. The Government reserves the right to extend this period by an additional 365 days, totaling two years, with unused induction slots carrying over. Contractors must propose option pricing for a maximum of 200 units over the entire contract period, including the initial quantity. Separate pricing for the second year is required if pricing changes after the first 365 days. The Government may place the initial order for any number of units up to the specified maximum. All Terms and Conditions of BOA N0038322GTV01 apply.

Submission & Evaluation

Quotations must be submitted by March 13, 2026. While specific evaluation criteria are not detailed in the provided document, award will likely be based on factors such as price and technical compliance.

Eligibility / Set-Aside

This solicitation IS NOT A SMALL BUSINESS SET-ASIDE.

Additional Notes

The solicitation includes requirements for packaging, marking, inspection, and acceptance, referencing standards such as MIL-STD-129 and ASTM D3951-18. Cybersecurity Maturity Model Certification (CMMC) requirements are applicable. Clauses related to hazardous materials, radioactive materials, and ozone-depleting substances are also included.

People

Points of Contact

devon.m.mcnamee.civ@us.navy.milPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 3, 2026
STOP ASSEMBLY,LOW P, N00383-26-Q-B065 | GovScope