59--ENCODER,SHAFT ANGLE, IN REPAIR/MODIFICATION OF

SOL #: N0010426QNA49Solicitation

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

Motor and Generator Manufacturing (335312)

PSC

Synchros And Resolvers (5990)

Set Aside

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

Timeline

1
Posted
Dec 2, 2025
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Apr 16, 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 (NAVSUP WSS) is soliciting proposals for the repair and modification of ENCODER, SHAFT ANGLE under Emergency Acquisition Flexibilities (EAF). This opportunity is a Total Small Business Set-Aside. The resultant award will be issued bilaterally. Offers are due by April 16, 2026.

Scope of Work

This requirement covers the repair and modification of ENCODER, SHAFT ANGLE units, ensuring they meet operational and functional requirements as represented by CAGE 12050, Ref. No. EB4143-H-02. All repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Key aspects include:

  • Teardown & Evaluation (TD&E): Vendors must complete TD&E within 90 days of carcass receipt and submit a Firm-Fixed Price (FFP) quote for the full repair effort.
  • Repair Turn Around Time (RTAT): A requested RTAT of 78 days is specified, with price reductions incurred for failure to meet this timeframe.
  • Quality & Standards: Compliance with MIL-STD-130 for marking, ANSI/ESD S20.20 for electrostatic discharge control, and MIL-STD 2073 for packaging.
  • Material Requirements: Material must be mercury-free, especially for use on submarines/surface ships, with strict protocols for any functional mercury inclusion.

Contract Details

  • Contract Type: Solicitation, leading to a bilateral award.
  • Set-Aside: Total Small Business.
  • DPAS Rating: "DO" certified for national defense.
  • OEM/Distributor Requirement: Offerors not the Original End Manufacturer (OEM) must state the OEM and provide a signed letter of authorization as a distributor.
  • Pricing: Repair price to be provided as Estimated (EST) for the full repair effort, including all costs associated with receipt and complete repair of potentially unwhole or damaged material. Quotes must include TD&E Rate, RTAT, Throughput Constraint, and Induction Expiration Date.

Key Instructions & Deadlines

People

Points of Contact

JOCELYNE.DZONANGFOUEGO.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
View
View

Versions

Version 5
Solicitation
Posted: Mar 25, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 20, 2026
Version 3
Solicitation
Posted: Mar 18, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 24, 2026
View
Version 1
Solicitation
Posted: Dec 2, 2025
View