UPS ELECTRIC TRAY
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 (WSS) Mechanicsburg, has issued a solicitation for the repair of UPS Electric Trays. This opportunity is designated as a Total Small Business Set-Aside and is being conducted under Emergency Acquisition Flexibilities (EAF). The requirement is for the repair of specific UPS Electric Trays (CAGE 0ZAP8, Ref. No. PS6003SMTRM2U18-A). Offers are due by April 13, 2026.
Scope of Work
This solicitation covers the repair and associated quality requirements for the UPS Electric Tray. Contractors will be responsible for performing all repair work in accordance with their standard practices, manuals, and directives, ensuring the repaired items meet original operational and functional requirements. Key aspects include:
- Teardown & Evaluation (TD&E): Vendors must complete TD&E within 90 days of receiving carcasses and submit a Firm-Fixed Price (FFP) quote for the full repair effort.
- Repair Turn Around Time (RTAT): A requested RTAT of 90 days is specified, with price reductions for failure to meet this timeframe.
- Mercury-Free Requirement: All materials supplied must be free from metallic mercury and contamination, especially for use on submarines/surface ships. Strict approval is required if mercury is a functional part of the material.
Contract Details
- Type: Solicitation (Resultant award will be bilateral)
- Set-Aside: Total Small Business
- Product/Service Code: 6130 (Converters, Electrical, Nonrotating)
- Delivery: 120 days for CLIN001AA and CLIN001AB.
- Warranty: One year from date of delivery.
- Payment: Wide Area Workflow (WAWF) payment instructions apply.
- Priority Rating: This is a rated order under the Defense Priorities and Allocations System (DPAS) for national defense.
Submission Requirements
Offerors must provide:
- Estimated (EST) repair price for the full repair effort.
- Cost of new (actual or estimated) for evaluation purposes.
- Any exceptions to solicitation requirements (e.g., MIL-STD Packaging, Labeling, Inspection & Acceptance locations).
- Teardown & Evaluation Rate, Repair Turn Around Time (RTAT), Throughput Constraint, and Induction Expiration Date.
- Proof of being an authorized distributor of the Original End Manufacturer (OEM) on company letterhead, if not the OEM. OEM name and CAGE must be stated.
- If packaging at a different location, provide facility name, street address, and CAGE.
- Quotes must reference the proposed RTAT and any capacity constraints.
Quality & Packaging
- Quality Assurance: Contractor is responsible for all inspection requirements, maintaining records for 365 days. Inspection/testing of repaired items must follow original manufacturer's specifications.
- Marking: Items must be identified in accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Packaging: MIL-STD 2073 applies.
Important Notes
Changes in design, material, or part number require PCO approval. Specific codes are provided for different types of changes. Ordering information for various documents (DODSSP, Commercial, Ordnance, NOFORN, Nuclear Reactor, Technical Manuals) is detailed.