DC Motor Evaluation and Repair

SOL #: N0016426Q0131Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC CRANE
CRANE, IN, 47522-5001, United States

Place of Performance

Place of performance not available

NAICS

Motor and Generator Manufacturing (335312)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment (J020)

Set Aside

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

Timeline

1
Posted
Apr 28, 2026
2
Submission Deadline
May 5, 2026, 4:00 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 Naval Surface Warfare Center (NSWC) Crane has issued a Combined Synopsis/Solicitation (N00164-26-Q-0131) for the evaluation and repair of 10 Direct Current (DC) Motors (P/N 914104). This opportunity is a 100% Total Small Business Set-Aside. Offers are due by May 5, 2026, at 12:00 PM Eastern Time.

Scope of Work

This requirement involves the inspection, testing, disassembly, detailed evaluation, overhaul, and repair of PBLO AN/SPS-49 Elevation Drive DC Motors. Contractors must furnish all necessary equipment, parts, and labor. The scope includes Level I standard overhaul, extensive and supplemental overhauls (Levels II-VI) for specific assemblies, and coating removal/application in accordance with various military standards (e.g., MIL-STD-129P, MIL-STD-130N, MIL-STD-2073-1E). Contractors are responsible for shipment logistics, configuration control (EIA-649-1), and submitting Engineering Change Proposals (ECPs) for deviations. Performance testing must adhere to SE110-A2-MMD-010 Section 6, with vendors providing comparative test reports.

Contract Details

  • Solicitation Number: N00164-26-Q-0131
  • Type: Combined Synopsis/Solicitation (Implied Firm Fixed Price)
  • Set-Aside: Total Small Business (100%)
  • Product Service Code (PSC): J020 (Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment)
  • NAICS Code: 335312 (Motor and Generator Manufacturing, 1250 employee size standard)
  • Issue Date: April 28, 2026
  • Response Due: May 5, 2026, 12:00 PM Eastern Time
  • Option Items: Multiple option line items (CLINs 0002-0011) are available for repair services, each with a 12-month exercise period. Delivery is required within 4 weeks of contract award or option exercise.

Submission & Evaluation

  • Offers must be emailed to shauna.m.pegg.civ@us.navy.mil by the closing date.
  • Evaluation will be based on Low Price Technically Acceptable (LPTA) criteria, with key factors including Delivery and Past Performance (SPRS ratings).
  • Mandatory Requirements: Offerors must be properly registered in SAM.gov, possess active Joint Certification Program (JCP) registration (required for controlled attachments), and hold CMMC Level 2 (Self) Certification. An ISO 9001-2008 compliant quality program is also required.

Additional Notes

Contractors are responsible for monitoring SAM.gov for any amendments to the solicitation. The solicitation incorporates numerous FAR and DFARS clauses, including those related to cybersecurity and payment instructions via Wide Area Work Flow (WAWF). Appendix F provides detailed guidance on Material Inspection and Receiving Report (MIRR) and WAWF procedures. Government Furnished Material (GFM) includes the AN/SPS-49 Elevation Drive DC Motors.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 28, 2026
DC Motor Evaluation and Repair | GovScope