61 - FMS Repair - Generator Alternati

SOL #: N0038326QF109Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

Motor and Generator Manufacturing (335312)

PSC

Generators And Generator Sets, Electrical (6115)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 17, 2026
2
Submission Deadline
May 2, 2026, 6:00 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 Philadelphia, intends to award a sole source requirement for the repair of one unit of a GENERATOR, ALTERNATI (NSN: 7RE 6115 011149696 VH, Part Number: 70550-02031-111) under FMS Case SP-P-MDH. This is a Critical Application Item (CAI). The government lacks sufficient data to contract with alternative sources. Quotations are due by May 2, 2026.

Scope of Work

This opportunity is for the repair of one unit of the specified generator, with options for up to 10 units over the contract period. Key requirements include:

  • Adherence to contractor's repair/overhaul standard practices, manuals, and directives.
  • Compliance with Best Standard Commercial Packaging for Overseas Shipment.
  • Meeting operational and functional requirements as represented by the Cage Code and reference number.
  • Following configuration management and engineering change proposal procedures.
  • Obtaining approval for any variances from product definition information.
  • Providing Hazardous Material identification and Safety Data Sheets if applicable.
  • Unique item identification and valuation.

Contract & Timeline

  • Type: Sole Source (implied Firm Fixed Price for repair services) under an established BOA.
  • Induction Period: 365 calendar days from contract award for initial units, with a government option to extend by an additional 365 days.
  • Pricing & Options: Contractors must propose option pricing for a maximum of 10 units. Separate pricing for the second year is required if it differs from the first 365 days.
  • Contract Award: The government reserves the right to place the initial order for any number of units up to the specified maximum. Total contract value will be calculated based on the highest proposed unit price by the maximum number of units.
  • Response Due: May 2, 2026, by close of business.
  • Published: April 17, 2026.

Set-Aside & Eligibility

This is a sole source requirement. One or more items are subject to Free Trade Agreements (FAR 52.225-3) and the World Trade Organization Government Procurement Agreement (FAR 52.225-5).

Evaluation & Submission

Items require Government Source Approval prior to award. If not an approved source, offerors must submit, along with their proposal, the information detailed in the NAVSUP WSS Source Approval Brochure (available at https://www.navsup.navy.mil/Business-Opportunities/Home/). Offers failing to provide all required data will not be considered.

Additional Notes

For questions, contact Mrs. Dana Scott at dana.l.scott14.civ@us.navy.mil.

People

Points of Contact

Files

Files

Download
View

Versions

Version 1Viewing
Solicitation
Posted: Apr 17, 2026