N0038326PR0R461_FMS
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, is soliciting proposals for the repair of aircraft-mounted winches (NSN 7R1680013853219, PN 9440-11). This is an unrestricted acquisition for repair services, with an initial requirement for one unit and options for up to five units. Offers are due by May 05, 2026, at 05:00 PM EST.
Scope of Work
This solicitation (RFQ) requires repair services for one unit of National Stock Number (NSN) 7R1680013853219, specifically a WINCH, AIRCRAFT MOUNTED, Part Number (PN) 9440-11. The contractor must propose option pricing for a maximum of 5 units over the entire contract period. If pricing changes after the initial 365-day period, separate pricing for the second year is required. The designated repair facility is AEROCONTROLEX GROUP, INC, DBA TALLEY ACTUATORS.
Contract Details
This is an unrestricted acquisition. The induction period for initial units is 365 calendar days from the contract award date, with a potential extension of an additional 365 days. Any unused induction slots from the initial year may be carried over into the second year. The government reserves the right to place the initial order for any number of units up to the specified maximum. For threshold purposes, the total contract value will be calculated by multiplying the highest proposed unit price by the maximum number of units.
Submission & Evaluation
Offers are due by May 05, 2026, at 05:00 PM. Evaluation will be based on price and other factors, with the contract awarded to the responsible offeror whose proposal is most advantageous to the government. The solicitation includes FAR clauses 52.212-1 (Instructions to Offerors) and 52.212-2 (Evaluation-Commercial Products and Commercial Services).
Additional Notes
The solicitation includes numerous FAR and DFARS clauses covering various aspects of contract performance, including payment, hazardous materials, packaging, marking, inspection, and acceptance. Wide Area WorkFlow (WAWF) is the required system for electronic invoicing and payment requests.