TRANSFORMER USS THOMAS HUDNER

SOL #: N6883626QS034Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR JACKSONVILLE
JACKSONVILLE, FL, 32212-0097, United States

Place of Performance

Jacksonville, FL

NAICS

Capacitor (334416)

PSC

Coils And Transformers (5950)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 5, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 12, 2026, 2:00 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 FLT LOG CTR JACKSONVILLE is soliciting quotes for Transformers for the USS THOMAS HUDNER. This is a Total Small Business Set-Aside opportunity. Quotes are due March 12, 2026, at 10:00 AM EST.

Scope of Work

The Contractor shall provide three (3) each of 25KVA, 450/450V, 1PH, 400HZ, 4B, 150deg C Rise, Class N Insulation, Drip Proof Enclosure, Bkhd Mtg. Transformers. These transformers must conform to MIL-T-17221B, with commercial equivalents only acceptable if they meet all specified parameters. Key technical requirements include bulkhead terminal access (per MIL-T-17221B, para 3.5), single-phase operation, and leads arranged for solderless connectors (MIL-E-16366). MIL-STD packing is required.

Contract & Timeline

  • Solicitation Number: N6883626QS034
  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 334416 (Size Standard: 550 employees)
  • Quote Due Date: March 12, 2026, 10:00 AM EST
  • Delivery Date: On or Before November 10, 2026 (all three units in a single shipment)
  • Delivery Location: Naval Station Mayport, Southeast Regional Maintenance Center (SERMC), Bldg. 1488 Massey Avenue, Mayport, FL 32228.
  • Warranty: A 90-day warranty is expected.

Submission & Evaluation

Quotes must be submitted in PDF format and include a completed SF 1449, SF 30 (if applicable), a price schedule with unit prices, and the country of origin. The Government will award a contract to the responsible Offeror whose offer is most advantageous, based on Lowest Price Technically Acceptable (LPTA), considering Price and Technical Capability. Quotes failing to furnish required information or rejecting terms may be excluded.

Key Updates & Clarifications (Amendment 0001 & Q&A)

Amendment 0001 updated the Description of Requirements (DOR), attached specifications, and provided Government responses to industry questions. It also removed DFARS clauses 252.204-7025 and 252.204-7021. Clarifications confirm the system is 400 Hertz, specify the "4B" designation, and detail requirements for country of manufacture (DFARS qualifying countries acceptable under 252.225-7001) and IUID marking (refer to DFARS 252.211-7003(c)(1)(i)). All other terms and conditions remain unchanged.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 10, 2026
Version 1
Solicitation
Posted: Mar 5, 2026
View