Thern Winch Combined Synopsis Solicitation
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, Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting quotes for a Thern 4HPF3M-S1 Winch Assembly. This Firm Fixed-Price (FFP) acquisition is a Total Small Business Set-Aside and aims to replace a damaged unit on a Helicopter Rescue Hoist Trainer (HRHT). Quotes are due by February 26, 2026, at 3:00 PM Local Time.
Scope of Work
The requirement is for one (1) Thern 4HPF3M-S1 Winch Assembly (Customer ID: CP43566). Key technical specifications include:
- Winch Type: Special helical-parallel gear power winch.
- Motor: 1.5 hp, 230-1-60 input voltage Baldor motor.
- Braking: Primary Stearns brake (10 ft-lb) and secondary outboard brake (330 ft-lb).
- Gear Reducer: SEW Eurodrive with sight glass option, Reduction Ratio: 43.26 to 1.
- Frame: Heavy-duty frame with predefined mounting holes.
- Required Modifications: Non-standard drum (7.5 inches diameter, 14 inches width) grooved for 3/16" wire rope, a pressure roller to prevent bird-nesting, and a rotary limit switch for over-travel limits.
- Finishes: Corrosion-resistant gray epoxy finish with zinc-rich primer on frame, drum, and accessories; corrosion-resistant black finish on motor and reducer.
- Item Identification: DFARS 252.211-7003, Item Identification and Valuation, is applicable, requiring DoD unique identification.
Contract Details
- Contract Type: Firm Fixed-Price (FFP).
- Delivery: Within 10 months after contract award, FOB Contractor Destination, to 459 Bellinger Blvd, Norfolk, VA 23511.
- Inspection and Acceptance: At the delivery site.
- Payment: Electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF).
Submission & Evaluation
- Submission Type: Quotes are requested.
- Quote Due Date: February 26, 2026, at 3:00 PM Local Time (1500 Eastern Standard Time).
- Evaluation Basis: Lowest Priced Technically Acceptable (LPTA) proposal from a responsible Small Business offeror.
- Technical Acceptability: Offerors must meet all item specifications, be an authorized Thern distributor, and meet the required delivery date. Proposals must be clear, detailed, and explain how requirements will be met.
- Point of Contact: Julide Alonso (julide.n.alonso.civ@us.navy.mil, 407-380-4261).
Eligibility / Set-Aside
This acquisition is a Total Small Business Set-Aside. Offerors must be registered in SAM.gov with an active registration and the correct NAICS code: 333923 (Overhead Traveling Crane, Hoist, and Monorail System Manufacturing), with a size standard of 1,250 employees. The Product Service Code (PSC) is 3950.
Notes
This solicitation incorporates FAR 52.212-1, 52.212-3, 52.212-4, and 52.212-5 by reference, with addenda. Active SAM.gov registration is critical.