VACUUM PUMP,AIRCRAF
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, is soliciting proposals for the repair of Aircraft Vacuum Pumps (NSN 6250-015637820, P/N 740020-1). This opportunity requires vendors to perform receipt evaluation, fault isolation, repair using best commercial practices, and functional testing to specific performance standards. The quantity required has been decreased to 1 EA via amendment.
Scope of Work
The contractor will be responsible for providing all necessary equipment and personnel to:
- Conduct visual receipt evaluation and fault isolation.
- Repair Vacuum Pump Assemblies to operational standards using best commercial practices.
- Perform functional tests to ensure compliance with specified electrical (115/208-230V, 1Φ, ½ HP, 60Hz) and mechanical (1,700 RPM, 200 l/min. pumping speed, 0.0005 mm Hg ultimate vacuum) performance characteristics.
- Maintain a Repair Turnaround Time (RTAT) of 118 days after asset receipt.
- Supply all parts and materials, which must be new unless specifically approved by the Procuring Contracting Officer (PCO).
- Adhere to a 365-day Induction Expiration Date after contract award.
- Provide a data sheet outlining faults, repairs, and a final quality assurance card prior to shipment.
Contract & Timeline
- Type: Solicitation (for repair services)
- Agency: Dept Of The Navy, NAVSUP Weapon Systems Support
- Product Service Code: 6625 (Electrical And Electronic Properties Measuring And Testing Instruments)
- Set-Aside: None specified
- Response Due: February 27, 2026, 8:30 PM EST
- Published: January 28, 2026
Requirements & Quality
Offerors must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent. Procedures for manufacturing, repair, modification, assembly, and inspection must be maintained and available for government review. Specific provisions for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are detailed, requiring DCMA concurrence and PCO approval. Part cannibalization is not authorized without specific approval.
Additional Notes
Early and incremental deliveries are accepted and preferred. All contractual documents are considered "issued" upon mailing, faxing, or electronic transmission.