NIIN:012224316/PN:70651-03201-105/ NOM:ACCUMULATOR, HYDRAUL
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 (NAVSUP WSS Philadelphia), has issued a Solicitation (RFQ) for the repair and restoration of three units of Hydraulic Accumulators (NSN: 1650012224316, PN: 70651-03201-105). The Government intends to award this as a sole source requirement due to a lack of sufficient data for other sources. However, new vendors are required to obtain Government Source Approval by submitting documentation detailed in the NAVSUP WSS Source Approval Brochure. Quotations are due by April 25, 2026.
Scope of Work
This opportunity requires the repair and restoration of specified hydraulic accumulators to operating condition. Key requirements include:
- Compliance with "BEST STANDARD COMMERCIAL PACKAGING FOR OVERSEAS SHIPMENT" and MIL-STD-129.
- Prohibition of metallic mercury in supplied materials.
- Submission of Material Safety Data Sheets (MSDS) for any hazardous materials.
- Adherence to "Item Unique Identification and Valuation" (DFARS 252.211-7003).
- Compliance with "Configuration Control" (MIL-STD-973) for engineering changes.
- Meeting "Higher-Level Contract Quality Requirement" (ISO 9001 Quality Management Systems).
Contract & Timeline
- Type: Anticipated Firm Fixed Price.
- Induction Period: 365 calendar days from contract award for initial units, with potential extension.
- Option Pricing: Contractors must propose pricing for a maximum number of units over the entire contract period.
- Period of Performance (Option Line Items): March 25, 2026, to May 25, 2026.
- Delivery: Estimated by March 02, 2027.
- Response Due: April 25, 2026, by 6:00 PM ET.
- Published: March 26, 2026.
Eligibility & Set-Aside
This is not a small business set-aside. The Government's intent is to award on a sole source basis. Firms not currently approved sources must submit comprehensive data as outlined in the NAVSUP WSS Source Approval Brochure (available at https://www.navsup.navy.mil/Business-Opportunities/Home/). Offers failing to provide this required data will not be considered. This acquisition is subject to Free Trade Agreements (FAR 52.225-3, 52.225-5).
Submission & Evaluation
Quotations must be submitted by the deadline. While specific evaluation criteria are not detailed, award will likely consider price and adherence to all technical and administrative requirements. Proposals must comply with all specified FAR and DFARS clauses, including those for quality assurance, inspection, acceptance, and payment via Wide Area WorkFlow (WAWF).
Contact
For inquiries, contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil or +1 771-229-0538.