Active Solicitation · DEPT OF DEFENSE

    N0010426QLB36

    Sol. 23230-0232SolicitationMECHANICSBURG, PA
    Open · 33d remaining
    DAYS TO CLOSE
    33
    closes May 26, 2026
    POSTED
    Apr 23, 2026
    Publication date
    NAICS CODE
    333914
    Primary industry classification
    PSC CODE
    4320
    Product & service classification

    AI Summary

    This opportunity involves the teardown, evaluation, repair, and modification of hydraulic motors for the Department of Defense. Bidders are encouraged to provide accelerated delivery and must comply with specific repair turnaround times. The solicitation is issued under a Basic Ordering Agreement, and all freight is handled by the Navy. Interested contractors should verify part numbers and provide detailed quotes.

    Contract details

    Solicitation No.
    23230-0232
    Notice Type
    Solicitation
    Posted Date
    April 23, 2026
    Response Deadline
    May 26, 2026
    NAICS Code
    333914AI guide
    PSC / Class Code
    4320
    Primary Contact
    JOSHUA ESHLEMAN
    State
    PA
    ZIP Code
    17050-0788
    AI Product/Service
    service

    Description

    TEARDOWN, EVALUATE, REPAIR AND/OR MODIFY
    0001 NSN 7HH 4320-01-278-2352 PP
    MOTOR,HYDRAULIC SHELF LIFE 0-00
    SEE TECHNICAL REQUIREMENTS IN SECTIONS C, D, E, AND ATTACHMENTS
    HM QUP ICQ PMT CD PM WM CUD CT UC LP IC UCL SP MK PACK UNIT PKWT UNIT PKCU OPI
    N 001 000 20 1 89 GB JC H ED A 00 O 24 EQQ 36.3 2.000 M
    PACKAGING IS IN ACCORDANCE WITH MIL-STD-2073
    SHIP TO
    0001AA N00104-23-U-3882 W25G1U 1 EA
    M/F: "A" CONDITION STOCK
    TP: 3
    0001AB OPTION QTY UP TO 100% OF ITEM 0001
    SOLICITATION NOTES:
    ** Accelerated delivery is encouraged and accepted before the delivery date(s)
    listed in the schedule. **
    If your company has a Basic Ordering Agreement (BOA) for the items under this
    solicitation, the following applies to this solicitation and the resultant
    contract:
    This solicitation ¨resultant order) is issued under and pursuant to the
    provisions of the Basic Ordering Agreement (BOA). The terms and conditions of
    the Agreement are hereby incorporated by reference and, except as provided
    herein by this order, remain in full force and effect. If any conflict arises
    in the terms of this solicitation ¨resultant order) order versus the terms in
    the BOA, the terms of the BOA shall apply.
    All freight is FOB Origin.

    This RFQ is for repair. The resultant award of this solicitation will be
    issued bilaterally, requiring the contractor’s written acceptance prior to
    execution. Verify nomenclature, part number, and NSN prior to responding.
    The Government is seeking a Repair Turnaround Time (RTAT) of: ________
    Government Source Inspection (GSI) is required.
    Please note freight is handled by Navy CAV or Proxy CAV as stated in
    NAVSUPWSSFA24 or NAVSUPWSSFA25.
    Your quote should include the following information:
    ***************QUOTE AMOUNT AND RTAT ***************
    * Unit Price:__________
    * Total Price:__________* Repair Turnaround Time (RTAT): _______ days
    If your company is not quoting the Government’s Required Repair Turnaround
    Time (RTAT) or earlier, provide your company’s capacity constraints?
    _________________________________________________________________
    _________________________________________________________________
    _________________________________________________________________
    Repair Turnaround Time (RTAT): the resultant contractual delivery requirement
    is measured from asset Return to the date of asset acceptance under the terms
    of the contract. For purposes of this section, Return is defined as physical
    receipt of the F-condition asset at the contractor?s facility as reflected in
    the Action Date entry in the Commercial Asset Visibility (CAV) system. In
    accordance with the CAV Statement of Work, the contractor is required to
    accurately report all transactions by the end of the fifth regular business
    day after receipt and the Action Date entered in CAV must be dated to reflect
    the actual date of physical receipt. The Contractor must obtain final
    inspection and acceptance by the Government for all assets within the RTATs
    established in this contract.
    *Check one: Firm-fixed-Price ___ Estimated ___ NTE ___
    *Return Material Authorization # (RMA), if applicable:__________
    *Delivery Vehicle (if Delivery Order requested) (if your company has a current
    BOA/IDIQ, for example) :__________________
    ***************TESTING AND EVALUATION IF BEYOND REPAIR***************
    * T&E fee/price (if asset is determined BR/BER): If an item is determined BR,
    and the contractor provides documentation that costs were incurred during
    evaluation and determination of BR, the contracting officer will negotiate a
    reduced contract price, not-to exceed (NTE) $___________associated with the
    repair effort to reflect the BR status of the equipment.
    * The T&E fee (if asset is determined BR/BER) was determined/computed based
    on:______________________________________.***************AWARDEE INFO & PERFORMANCE LOCATION***************
    * Awardee CAGE: __________
    *Inspection & Acceptance CAGE, if not same as "awardee CAGE": __________
    * Facility/Subcontractor CAGE (where the asset should be shipped), if not same
    as "awardee CAGE":__________
    *************** IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW***************
    *New unit price:__________
    *New unit delivery lead-time:__________
    IMPORTANT NOTE:
    Any assets for which the contractor does not meet the required RTAT will incur
    a price reduction of $_______ per unit per month. This adjustment will be
    implemented via a Reconciliation 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.
    Reconciliation
    A reconciliation modification will be issued after final Inspection and
    acceptance of all assets inducted under this contract. The parties have agreed
    to a price (shown on the schedule page) for each unit at the negotiated RTAT.
    Such prices are based on the Contractor meeting the RTAT requirements d
    escribed within the schedule page. If the Contractor does not meet the
    applicable RTAT requirement, the price adjustment as stated shall be
    applicable.
    The following applies to this purchase order:
    If you do not receive the material within 30 days of the contract date,
    Contractor shall contact the cognizant Contract Specialist by email at
    joshua.j.eshleman.civ@us.navy.mil or phone at (771)229-0428.
    CAV reporting is required under this contract. Contractor will perform
    Commercial Asset Visibility (CAV) using the CAV process as defined by the CAV
    Statement of Work. Upon receipt of correct "F" condition and asset induction
    into CAV, please begin to immediately evaluate.
    If an asset under repair is determined to be beyond repair, written
    notification from DCMA Quality Assurance must accompany the definitive price
    quote. Disposition instructions for the disposition of the beyond repair
    asset will be provided to the Contractor by the PCO via a contract
    modification. All disposition shall be in accordance with DFARS 252.245-7005.
    Authorization to definitize the estimated unit price is delegated to the PCO
    and will be executed via modification.
    DCMA as the administrative office may issue modifications against this
    contract only as delegated by the PCO. DCMA should provide the contractor and
    the PCO with a copy of any modifications to the contract.DCMA must provide inspection and acceptance of all unit(s) under this contract
    prior to shipment. Failure to ensure DCMA inspection and acceptance occurs
    prior to shipment will prevent or delay payment.
    ALL TRANSPORTATION FOR THIS ORDER IS HANDLED BY THE US NAVY.
    Contractor shall contact the Advanced Traceability and Control program
    referred to as ATAC. To arrange pick-up services, call ATAC Customer Service
    at Phone (877) 846-8728 or Dispatch at (866) 215-3084. EMAIL questions to:
    ATACCustomerService@navy.mil.
    NAVSUPWSS POC: JOSHUA.J.ESHLEMAN.CIV@US.NAVY.MIL
    **OPTION**

    The Contract Officer would like to exercise a 100% option quantity within 365
    days of the effective date of contract award. The contractor will provide the
    same delivery turnaround as the base line items. A modification will be
    completed at the time the option is exercised and all current contract terms
    and conditions will apply to the option quantity.
    Please indicate if the Contracting Officer may exercise the 100% option
    quantity for this contract.
    Yes __ or No __
    Please indicate the pricing for the option quantity.
    Price Each: $___________
    INSPECTION AT ORIGIN
    ACCEPTANCE AT ORIGIN
    POC EMAIL: JOSHUA.J.ESHLEMAN.CIV@US.NAVY.MIL

    Key dates

    1. April 23, 2026Posted Date
    2. May 26, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    N0010426QLB36 is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.