SUPPORT ASSEMBLY,TU

SOL #: N0010426QUA45Solicitation

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

Turbine and Turbine Generator Set Units Manufacturing (333611)

PSC

Gas Turbines And Jet Engines, Non Aircraft; And Components (2835)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 10, 2025
2
Last Updated
Mar 30, 2026
3
Submission Deadline
Jan 9, 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) Mechanicsburg, is soliciting proposals for the repair of SUPPORT ASSEMBLY,TU (Product Service Code 2835: Gas Turbines And Jet Engines, Non Aircraft; And Components). This is a Firm-Fixed Price (FFP) solicitation requiring contractors to be an authorized repair source. The response deadline is April 3, 2026.

Scope of Work

This opportunity covers the repair and associated quality requirements for the SUPPORT ASSEMBLY,TU. Key requirements include:

  • Repair Services: All repair work must adhere to the contractor's standard practices, manuals, and approved technical procedures. Offerors must verify nomenclature, part number, and NSN prior to responding.
  • Packaging & Marking: MIL-STD Packaging and MIL-STD-130, REV N marking are required.
  • Inspection: Government Source Inspection and CAV Reporting are mandatory. The contractor is responsible for all inspection requirements and maintaining records for 365 days post-delivery.
  • IUID: Compliance with DFARS 252.211-7003 for Item Unique Identification and Valuation.
  • Repair Turnaround Time (RTAT): A requested RTAT of 120 days after receipt of asset. Contractors must provide their monthly throughput constraint.
  • Induction Expiration: 180 days after contract award date.
  • Price Reduction: A reconciliation price reduction will be applied for failure to meet the required RTAT due to inexcusable contractor delay. Offerors must propose a price reduction amount per unit/per month.

Contract Details

  • Contract Type: Firm-Fixed Price (FFP) for repair services only. Quotes for test and evaluation (T&E) alone will not be accepted.
  • Award Type: Bilateral award, requiring contractor's written acceptance.
  • Set-Aside: None specified.
  • Authorized Source: Only authorized distributors/repair sources will be considered. Proof of authorization is required with the offer.

Submission Requirements

Quotes must be submitted electronically to RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL and include:

  • Repair unit price and total price.
  • Proposed Repair Turnaround Time (RTAT).
  • New unit price.
  • T&E fee (if asset is determined Beyond Repair/Economically Repairable).
  • CAGE codes for award, inspection/acceptance, and facility/subcontractor locations.
  • Cost breakdown (if feasible) and quote expiration date (minimum 90 days).
  • Throughput constraint for each NSN. Accelerated delivery is encouraged.

Important Notes

Offerors must adhere to all terms and conditions, including those related to cybersecurity maturity model certification level requirements and Buy American provisions.

People

Points of Contact

RACHAEL.L.COSTANZO.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 4
Solicitation
Posted: Mar 30, 2026
View
Version 3
Solicitation
Posted: Feb 13, 2026
View
Version 2
Solicitation
Posted: Jan 14, 2026
View
Version 1Viewing
Solicitation
Posted: Dec 10, 2025
SUPPORT ASSEMBLY,TU | GovScope