10--SOLENOID,ELECTRICAL, IN REPAIR/MODIFICATION OF

SOL #: N0010426QNA01Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

No NAICS code specified

PSC

Launchers, Torpedo And Depth Charge (1045)

Set Aside

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

Timeline

1
Posted
Oct 3, 2025
2
Last Updated
Apr 3, 2026
3
Response Deadline
Feb 27, 2026, 8:30 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, through NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH), is soliciting proposals for the repair and modification of Electrical Solenoids. This requirement is issued under Emergency Acquisition Flexibilities (EAF) and is a Total Small Business Set-Aside. Proposals are due by May 4, 2026.

Scope of Work

This solicitation covers the repair and quality requirements for SOLENOID,ELECTRICAL, specifically for Cage Code/Reference Number 53711 / 809381-1. Work must adhere to the contractor's standard repair practices, manuals, directives, and specified drawings (e.g., 809381). Key aspects include:

  • Meeting operational and functional requirements.
  • Physical identification in accordance with MIL-STD-130.
  • Strict adherence to mercury-free requirements for materials used on submarines/surface ships.
  • Contractor responsibility for all inspection and testing per original manufacturer's specifications.

Contract & Timeline

  • Type: Solicitation (Resultant award will be bilateral)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: May 4, 2026, 8:30 PM ET
  • Published: April 3, 2026

Key Requirements & Instructions

Offerors must provide an Estimated (EST) repair price for the full effort. After receipt of carcasses, vendors will have 90 days to complete a Teardown & Evaluation (TD&E) and submit a Firm-Fixed Price (FFP) quote. Quotes must include the cost of new items (actual or estimated) for evaluation purposes and specify any exceptions to MIL-STD Packaging, Labeling, Inspection/Acceptance, etc.

Bidders must provide:

  • Teardown & Evaluation Rate
  • Repair Turn Around Time (RTAT) – Requested RTAT: 121 Days
  • Throughput Constraint
  • Induction Expiration Date

Price reductions will apply for failure to meet the required RTAT. The contract will be DO certified for national defense under DPAS. Access to drawings must be requested via SAM.gov, followed by an email to the Point of Contact.

Additional Notes

Only authorized distributors of the original manufacturer's item will be considered for award. Proof of authorization on company letterhead, signed by a responsible official, must be submitted with the offer. All contractual documents will be issued electronically.

People

Points of Contact

HEATHER R. JONES, N744.24, EMAIL HEATHER.R.JONES52.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 7
Solicitation
Posted: Apr 3, 2026
View
Version 6
Pre-Solicitation
Posted: Apr 3, 2026
View
Version 5
Solicitation
Posted: Apr 3, 2026
View
Version 4
Solicitation
Posted: Jan 22, 2026
View
Version 3
Solicitation
Posted: Dec 22, 2025
View
Version 2Viewing
Pre-Solicitation
Posted: Dec 22, 2025
Version 1
Solicitation
Posted: Oct 3, 2025
View