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 Mech, is soliciting proposals for the repair of UPS ELECTRIC TRAY units. This opportunity is designated as a Total Small Business Set-Aside and requires vendors to provide Firm-Fixed Price (FFP) quotes for repair efforts, including teardown and evaluation. Proposals are due by February 27, 2026.
Scope of Work
This requirement covers the repair and quality assurance for UPS ELECTRIC TRAY units, identified by CAGE Code/Reference Number 0ZAP8 PS6003SMTRM2U18-A. All repair work must adhere to the contractor's standard practices, manuals, and technical directives. Key requirements include:
- Marking: In accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Design Changes: Specific codes (1-6) are provided for handling changes in part numbers, design, or material, requiring Contracting Officer approval for most.
- Mercury Free: Materials must be free from metallic mercury contamination for use on submarines/surface ships. Written approval is required if mercury is a functional part.
- Repair Process: Vendors must provide an estimated repair price for the full effort. A 90-day period is allowed for teardown and evaluation (TD&E) after carcass receipt, followed by submission of an FFP quote.
- Repair Turn Around Time (RTAT): A requested RTAT of 90 days is specified, with price reductions for non-compliance.
- Packaging: MIL-STD 2073 packaging applies.
- Inspection: The contractor is responsible for all inspection and testing per original manufacturer's specifications.
Contract & Timeline
- Type: Solicitation (leading to bilateral award for repair services)
- Set-Aside: Total Small Business
- Proposal Due: February 27, 2026
- Published: January 30, 2026 (Note: Response date was extended)
Evaluation & Submission Requirements
- Award will be issued bilaterally, requiring the contractor's written acceptance.
- OEM/Distributor Requirement: If not the Original End Manufacturer (OEM), the offeror must state the OEM and provide a signed letter of authorization as a distributor. Only authorized distributors will be considered for award.
- Quote Details: Quotes must include the cost of new material (actual or estimated) for evaluation and specify any exceptions to solicitation requirements (e.g., MIL-STD Packaging, Inspection/Acceptance locations).
- Repair Quote Information: Must include Teardown & Evaluation Rate, Repair Turn Around Time (RTAT), Throughput Constraint, and Induction Expiration Date.
- DPAS Rating: Any awarded contract will be "DO" certified for national defense under the Defense Priorities and Allocations System (DPAS).
Additional Notes
This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). Contractual documents are considered "issued" upon mailing, faxing, or electronic transmission. If the packaging location differs from the offeror's address, details must be provided. Ordering information for applicable documents (e.g., MIL-STD) is provided, including details for obtaining classified or "Official Use Only" documents.