16--HEAT EXCHANGER,AIR, IN REPAIR/MODIFICATION OF
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), has issued a Solicitation for the repair and modification of Heat Exchanger, Air (NSN 1660010198663, P/N 751864-2). This opportunity requires contractors to restore units to a Ready For Issue (RFI) condition. The solicitation will be awarded using Lowest Price Technically Acceptable (LPTA) procedures. Offers are due by May 29, 2026.
Scope of Work
This requirement involves the repair, testing, and inspection of Heat Exchanger, Air units. The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key aspects of the Statement of Work (SOW) include:
- Repair and Testing: Disassembly, cleaning, inspection, repair/replacement of components, reassembly, and testing to meet RFI standards.
- Material Requirements: All parts and materials must be new, in accordance with FAR 52.211-5, unless specific PCO approval is obtained for alternatives or cannibalization.
- Specific Procedures: Detailed processes are outlined for handling Beyond Economical Repair (BER) items, Missing on Induction (MOI) Shop Replaceable Assemblies (SRAs), and Over and Above Repair (OAR) efforts, all requiring Government concurrence.
- Quality Assurance: Contractors must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
- Configuration Management: Adherence to NAVSUP WSS configuration management clause NAVICPIA18.
- Prohibited Materials: Use of MIL-W-81381 wire is prohibited; SAE-AS22759 series wire must be used instead.
Contract & Timeline
- Type: Solicitation (RFQ) for repair services.
- Set-Aside: None (NAVSUP WSS determined a set-aside recommendation was not applicable).
- Response Due: May 29, 2026, by close of business (extended from March 20, 2026).
- Published: March 25, 2026 (latest amendment).
- Required Turnaround Time (RTAT): 60 days.
Evaluation
Award will be made to the offeror submitting the Lowest Price Technically Acceptable (LPTA) quote. Quotes must include either a firm-fixed price or TT&E (Time & Materials) pricing, along with estimated repair costs.
Additional Notes
Contractual documents are considered issued when deposited in the mail, transmitted by facsimile, or sent by electronic commerce methods. The Government's acceptance of a proposal constitutes bilateral agreement.