TRANSFORMER USS THOMAS HUDNER
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
This Total Small Business Set-Aside solicitation (N6883626QS034) from NAVSUP FLT LOG CTR JACKSONVILLE for Transformers for the USS Thomas Hudner has been cancelled. The original intent was to procure three 25KVA, 450/450V, 1PH, 400HZ transformers.
Original Scope of Work
The solicitation sought to procure three (3) 25KVA, 450/450V, 1PH, 400HZ, 4B, 150deg C Rise, Class N Insulation, Drip Proof Enclosure, Bkhd Mtg transformers. These transformers were required to conform to MIL-T-17221B, with commercial equivalents only acceptable if they met all specified parameters. Key technical requirements included 400 Hertz frequency, bulkhead terminal access per MIL-T-17221B paragraph 3.5, single-phase operation, and termination via solderless connectors conforming to MIL-E-16366. MIL-STD packing was also required.
Original Contract Details
- Solicitation Number: N6883626QS034
- Type: Firm Fixed Price
- Set-Aside: Total Small Business (100%)
- NAICS Code: 334416
- Size Standard: 550 employees
- Delivery: All three units were to be delivered in a single shipment by November 10, 2026, to Naval Station Mayport, Southeast Regional Maintenance Center (SERMC), Bldg. 1488 Massey Avenue, Mayport, FL 32228.
- Warranty: A 90-day warranty was expected.
Original Submission & Evaluation
- Offer Due Date: March 12, 2026, 10:00 AM (Local Time)
- Submission Format: Quotes in PDF format, including a completed SF 1449, SF 30 (if applicable), price schedule with unit prices, and country of origin.
- Evaluation: Award was planned to be made to the responsible Offeror whose offer was most advantageous, considering Price and Technical Capability, using a Lowest Price Technically Acceptable (LPTA) method.
Key Amendments & Clarifications
Amendment 0001, posted on March 10, 2026, updated the Description of Requirements (DOR), attached specifications, and provided Government responses to industry questions. It also removed DFARS clauses 252.204-7025 and 252.204-7021. Clarifications included details on CMMC level (referencing the amended DFARS clause), acceptable countries of manufacture (DFARS qualifying countries), and IUID marking requirements.
Status
This solicitation has been cancelled.