LINER,INNER
SOL #: N0010426QUB52Solicitation
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
Aircraft Engine and Engine Parts Manufacturing (336412)
PSC
Aircraft, Rotary Wing (1520)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Apr 24, 2026
2
Submission Deadline
May 26, 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 Weapon Systems Support (WSS) MECH is soliciting proposals for Firm-Fixed Price (FFP) repair services for "LINER, INNER" (NSN 7HH 2840-01-039-2072). This opportunity requires contractors to be an authorized repair source and adhere to a 55-day Repair Turnaround Time (RTAT). Quotes are due May 26, 2026.
Scope of Work
This Request for Quotations (RFQ) is specifically for the repair of "LINER, INNER" items, described as F-condition stock. Key requirements include:
- Repair and/or modification of NSN 7HH 2840-01-039-2072.
- Packaging must meet overseas requirements and comply with MIL-STD-2073.
- Adherence to IUID requirements as per DFARS 252.211-7003.
- Contractor must be an authorized repair source; authorization cannot be sought during the award process.
- A Repair Turnaround Time (RTAT) of 55 days after receipt of asset is requested.
- Contractors must provide a monthly throughput constraint.
- Induction Expiration Date is 365 days after contract award.
Contract Details
- Type: Firm-Fixed Price (FFP) for repair services only. Quotes limited to test and evaluation (T&E) will not be accepted.
- Award: Will be issued bilaterally, requiring contractor's written acceptance.
- Reconciliation Price Reduction: A price reduction will be incurred per unit/per month for failure to meet the required RTAT, unless delays are excusable. Contractors must propose this amount.
- Freight: Handled by Navy CAV or Proxy CAV.
- Inspection & Acceptance: At origin.
Submission & Evaluation
- Submission Method: Electronic submission of quotes, representations, and certifications via email to taylor.r.arroyo2.civ@us.navy.mil.
- Required Quote Information: Repair unit price, total price, proposed RTAT, new unit price, T&E fee (if asset is determined Beyond Repair/Economical Repair - BR/BER), CAGE codes (Award, Inspection & Acceptance, Facility/Subcontractor, Packaging Facility), cost breakdown (if feasible), and quote expiration date (minimum 90 days).
- Evaluation: Utilizes the Lowest Price Technically Acceptable (LPTA) source selection process. Proposals must meet minimum technical requirements, and then the contract will be awarded to the responsible offeror with the lowest price.
- Accelerated delivery is encouraged.
Key Dates
- Response Due: May 26, 2026, 8:30 PM UTC.
- Published Date: April 24, 2026.
Set-Aside
- None specified.
Contact Information
- Primary Point of Contact: Taylor Arroyo, taylor.r.arroyo2.civ@us.navy.mil, 771-229-2149.
People
Points of Contact
Taylor ArroyoPRIMARY
Files
Files
Versions
Version 1Viewing
Solicitation
Posted: Apr 24, 2026