20--ACCUMULATOR,HYDRAUL, 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 Mechanicsburg (NAVSUP-WSS) is soliciting proposals for the repair and modification of Hydraulic Accumulators. This opportunity is issued under Emergency Acquisition Flexibilities (EAF) and is a rated order for national defense use under the Defense Priorities and Allocations System (DPAS). Proposals are due April 24, 2026.
Scope of Work
This solicitation covers the repair and modification of ACCUMULATOR,HYDRAUL units. Contractors must perform all repair work in accordance with their standard practices, manuals, and directives, including specified drawings and technical orders. Repaired items must meet operational and functional requirements per Cage Code 53711, Reference Number 556-6985454-B1. Government Source Inspection (GSI) is required, and all freight is FOB Origin. Accelerated delivery is encouraged.
Contract & Timeline
- Type: Firm-Fixed Price (FFP) bilateral contract, requiring contractor acceptance.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: April 24, 2026, at 8:30 PM ET.
- Published: March 27, 2026.
- Option: The Government intends to include an option for increased quantities.
- Cybersecurity: Requires compliance with Cybersecurity Maturity Model Certification (CMMC) level requirements.
Submission Requirements
Quotes must include Unit Price, Total Price, and Repair Turnaround Time (RTAT) in days. RTAT is measured from the physical receipt of the F-condition asset at the contractor's facility to Government acceptance. All pricing must be firm and include all associated repair costs. Only authorized distributors of the original manufacturer's item will be considered; proof of authorization on company letterhead is required with the offer.
Quality & Technical Requirements
Contractors are responsible for all inspection requirements and must perform testing per original manufacturer's specifications and drawings. Records of inspection work must be maintained for 365 days. Marking must comply with MIL-STD-130, REV N. Changes in design or material require PCO approval, except for part number changes where parts are identical. Packaging must adhere to MIL-STD 2073.
Additional Notes
This is a rated order certified for national defense use, following the Defense Priorities and Allocations System (DPAS) regulation (15 CFR 700). Contact: TAYLOR.M.FASCHING.CIV@US.NAVY.MIL or 717-605-4323.