TRANSDUCER,MOTIONAL
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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, has issued a Solicitation for the repair of TRANSDUCER,MOTIONAL (Product Service Code 6695). This opportunity is designated as a Total Small Business Set-Aside and is being pursued under Emergency Acquisition Flexibilities (EAF). The resultant award will be issued bilaterally, requiring contractor acceptance. Proposals are due by March 23, 2026, at 8:30 PM EST.
Scope of Work
This requirement covers the comprehensive repair and quality assurance for TRANSDUCER,MOTIONAL (CAGE 54174, Ref. No. 10105-1). Key aspects include:
- Repair Standards: All repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards.
- Marking: Items must be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Mercury-Free Requirement: Material intended for submarines/surface ships must be free from metallic mercury and contamination. Strict prohibitions apply to mercury use in manufacturing/testing processes.
- Quality Assurance: The contractor is responsible for all inspection and testing, performing them according to original manufacturer's specifications and drawings. Records must be maintained for 365 days post-delivery.
- Packaging: Packaging must comply with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation (Bilateral Award)
- Set-Aside: Total Small Business
- Response Due: March 23, 2026, 8:30 PM EST
- Published: March 17, 2026, 9:17 PM EST
- DPAS Rating: Any resulting contract will be DO certified under the Defense Priorities and Allocations System (DPAS).
Key Requirements for Offerors
- OEM/Distributor Status: If not the Original End Manufacturer (OEM), offerors must state the OEM (Company Name and CAGE) and provide a signed letter of authorization as a distributor on the OEM’s letterhead.
- Repair Pricing: Quotes must provide repair price as either Estimated (EST) or Firm Fixed Price (FFP) for the full repair effort.
- Teardown & Evaluation (TD&E): Vendors will have 90 days after receipt of carcasses to complete TD&E and submit an FFP quote for the full repair.
- Quote Details: Quotes must include the cost of new (actual or estimated) for evaluation, specify any exceptions (e.g., MIL-STD Packaging, Labeling), and provide Teardown & Evaluation Rate, Repair Turn Around Time (RTAT), Throughput Constraint, and Induction Expiration Date.
- Design Changes: Any changes in design, material, or part number require prior written approval from the NAVICP-MECH Contracting Officer.
Contact Information
For inquiries, contact JAMES.E.LEWIS711.CIV@US.NAVY.MIL or call 717-605-7403.