Skip to content
Department of Defense

STAND,MAINTENANCE,A

Solicitation: N0010423QNG04
Notice ID: 8cfbb39a68584eee95bd4782c9abdb50
TypeSolicitationNAICS 332710PSC4920DepartmentDepartment of DefenseAgencyDept Of The NavyStatePAPostedFeb 06, 2026, 12:00 AM UTCDueApr 06, 2026, 08:30 PM UTCCloses in 42 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 06, 2026. Industry: NAICS 332710 • PSC 4920.

Market snapshot

Awarded-market signal for NAICS 332710 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,222,097
Sector total $20,371,516,771 • Share 0.0%
Live
Median
$47,028
P10–P90
$47,028$47,028
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,222,097)
Deal sizing
$47,028 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Mechanicsburg, PA • 17050-0788 USA

Point of Contact

Name
Telephone:
Email
ZACHARY.R.MORRILL.CIV@US.NAVY.MIL
Phone
7176051552

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP WEAPON SYSTEMS SUPPORT • NAVSUP WSS MECHANICSBURG • NAVSUP WEAPON SYSTEMS SUPPORT MECH
Contracting Office Address
Mechanicsburg, PA
17050-0788 USA

More in NAICS 332710

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specifications Section C and Section E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|CLIN 0001AA|1|80 DAYS||||||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|SEE SCHEDULE|N/A|TBD|N00104|TBD|TBD|W25G1U|TBD|N/A|N/A|TBD|||||| NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER|3|||| MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|7,235.00| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||X| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332710|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| THIS AMENDMENT HEREBY EXTENDS SOLICITATION TO 24 MAY 2025 AND UPDATES CLAUSES. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. \ 1.This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2.The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3.All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4.If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. 5.Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. 6.If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. 7.Please provide repair price as Estimated (EST) for the full repair effort of the requirement. 8.Vendor shall have 80 days after receipt of carcass(es) to complete a teardown & evaluation (TD&E) of the carcass(es) and submit a Firm-Fixed Price (FFP) quote for the full repair effort of the carcass(es). 9.When submitting a quote, please include the cost of new (actual or estimated) for evaluation purposes. 10.Quote shall specify any exceptions including but not limited to MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus materials, etc. If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 11.In repair price, include all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV Reporting. Also provide the following information: a.Teardown & Evaluation Rate: b.Repair Turn Around Time (RTAT): c.Throughput Constraint: d.Induction Expiration Date: 12.PRICE REDUCTIONS a.Any asset for which the contractor does not meet the required RTAT will incur a price reduction of XXXX per unit. This adjustment will be implemented via a Reduction Modification at the end of contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. 13.The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in the resulting contract. a.Requested RTAT:80 DAYS 14.Quotes shall reference the proposed RTAT and any capacity constraints. \ 1.This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2.The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3.All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4.If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. 5.Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. 6.If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. 7.Please provide repair price as Estimated (EST) for the full repair effort of the requirement. 8.Vendor shall have 90 days after receipt of carcass(es) to complete a teardown & evaluation (TD&E) of the carcass(es) and submit a Firm-Fixed Price (FFP) quote for the full repair effort of the carcass(es). 9.When submitting a quote, please include the cost of new (actual or estimated) for evaluation purposes. 10.Quote shall specify any exceptions including but not limited to MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus materials, etc. If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 11.In repair price, include all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV Reporting. Also provide the following information: a.Teardown & Evaluation Rate: b.Repair Turn Around Time (RTAT): c.Throughput Constraint: d.Induction Expiration Date: 12.PRICE REDUCTIONS a.Any asset for which the contractor does not meet the required RTAT will incur a price reduction of XXXX per unit. This adjustment will be implemented via a Reduction Modification at the end of contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. 13.The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in the resulting contract. a.Requested RTAT: 80 Days 14.Quotes shall reference the proposed RTAT and any capacity constraints. \ This requirement has been updated from 3R to 2G. All other terms and conditions remain the same. \ TEARDOWN AND EVALUATION ONLY QUOTES WILL NOT BE ACCEPTED. INDUCTION EXPIRATIONDATE: 120 DAYS AFTER THE DATE OF SUBSEQUENT AWARD. ANY ASSETS RECIEVED AFTERTHIS DATE IN DAYS IS NOT AUTHORIZED TO BE REPAIRED WITHOUT BI-LATERALAGREEMENTBETWEEN THE VENDOR AND CONTRACTING OFFICER. IF FIRM-FIXED REPAIRPRICING ISPROVIDED, BEYOND ECONOMICAL REPAIR (BER) DOES EXIST. WITH DCMA CONCURRENCE,BEYOND REPAIR (BR) IS POSSIBLE. IF UNIT IS DETERMINED BR, THE UNIT PRICE WILLBE NEGOTIATED DOWNWARD FROM THE AWARDED FIRM-FIXED REPAIR PRICE. UNLESS OTHERWISE SPECIFIED, PRICING FOR THIS QUOTATION IS VALID FOR 90 DAYS AFTER THE CLOSING DATE AS INDICATED ON THE QUOTATION. PLEASE SPECIFY (IF OTHER THAN 90 DAYS) _________ DAYS. IF YOU ARE SUBMITTING YOUR QUOTE VIA EMAIL OR NECO, PLEASE SPECIFY THE NUMBER OF DAYS PRICING IS VALID. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS,DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARE CONSIDERED TO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FACSIMILE, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the STAND,MAINTENANCE,A . 1.2 Government Furnished Material - Government furnished material is available. The material and quantities are as follows: ;Prior to delivery of any unit, with exception of a FA unit, thecontractor must perform a Manufacturer's Proof Test on each Engine Housing Maintenance Stand Assembly. The Manufacturer's Proof Test requirement isdefined in drawing 53711-7052553 and includes use of Government Furnished Material (GFM), Engine Housing Stand Test Weight (53711-8667274).The GFM test weight for Proof Testing can be obtained from Naval UnderseaWarfare Center Division Newport, Newport, RI 02841-1708. Requests can beemailed to NWPT_NUWC_NPT_8554_TorpMtrlRqst@navy.mil. The Weight Test Plate,when filled out completely as described in Note 3 of drawing 53711-7052553,serves as Objective Quality Evidence (OQE) for completion of this test.; . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=6301669 |53711| A|FN |D| | | | DRAWING DATA=6301669 |53711| A|PL |D| | | | DRAWING DATA=7052526 |53711| B|FN |D| | | | DRAWING DATA=7052553 |53711| H|FN |D| | | | DRAWING DATA=7052553 |53711| H|PL |D| | | | DRAWING DATA=7052554 |53711| D|FN |D| | | | DRAWING DATA=7052574 |53711| C|FN |D| | | | DRAWING DATA=7052574 |53711| B|PL |D| | | | DRAWING DATA=7052605 |53711| J|FN |D| | | | DRAWING DATA=7052674 |53711| B|FN |D| | | | DRAWING DATA=7052681 |53711| E|FN |D| | | | DRAWING DATA=7052682 |53711| C|FN |D| | | | DRAWING DATA=7052683 |53711| D|FN |D| | | | DRAWING DATA=8243462 |53711| D|FN |D| | | | DRAWING DATA=8243463 |53711| D|FN |D| | | | DRAWING DATA=8475682 |53711| -|FN |D| | | | DRAWING DATA=8667456 |53711| A|FN |D| | | | DRAWING DATA=8667457 |53711| A| |D| | | | DRAWING DATA=8667457 |53711| A|PL |D| | | | DRAWING DATA=8667540 |53711| -| |D| | | | DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| |01| 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The STAND,MAINTENANCE,A repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;53711 7052553; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.5 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.6 Serialization - The supplier shall mark a serial number on each STAND,MAINTENANCE,A in accordance with ;IAW DWG 7052553 Rev "H" note 13.; . Actual serial numbers will be assigned ;APPLY A GOVERMENT SERIAL NUMBER TO EACH UNIT MANUFACTURED. SERIAL NUMBER SHALL BE OBTAINED FROM COMMANDER, NAVAL UNDERSEA WARFARE CENTER DIVISION NEWPORT, NEWPORT, RI 02841-1708. REQUESTS CAN BE MADE TO NUWC_NPT_SERIALNUMBERS@NAVY.MIL.; . 3.7 Serialization - The supplier shall mark a serial number on each STAND,MAINTENANCE,A in accordance with ;IAW DWG 8667456 Rev "-" note 9.; . Actual serial numbers will be assigned ;APPLY A GOVERMENT SERIAL NUMBER TO EACH UNIT MANUFACTURED. SERIAL NUMBER SHALL BE OBTAINED FROM COMMANDER, NAVAL UNDERSEA WARFARE CENTER DIVISION NEWPORT, NEWPORT, RI 02841-1708. REQUESTS CAN BE MADE TO NUWC_NPT_SERIALNUMBERS@NAVY.MIL.; . 3.8 ;A First Article (FA) sample is required if the contractor/supplier has not manufactured this item before (or has not done it in a long time).For FA, one (1) preproduction sample, here in after referred to as the FA, shall be inspected and tested by the government prior to proceeding with production of any additional units. The FA shall be fully representative of those proposed for production and demonstrate the adequacy and suitabilityof the contractor's processes and procedures in complying with there quirements set forth by the Engine Housing Maintenance Stand Assembly technical documentation. Acceptance of the FA is required prior toproceeding with production of additional units. The Government will be responsible for performing FA inspection, testing and acceptance. The FA shall not be previously load tested. All tests will be performed atan ambient temperature of 77 � 18� Fahrenheit with ambient humidity. The Naval Undersea Warfare Center Division Newport will prepare a written test report at the conclusion…

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.