12--MICROWAVE UNIT
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 MECH) is soliciting proposals for the procurement of 40 MICROWAVE UNITS (NSN 7H-1285-011874486). This is an Unrestricted Firm Fixed-Price contract. While the Government initially intends to negotiate with one source under FAR 6.302-1, all responsible sources are invited to identify their interest and capability. Proposals are due May 15, 2026.
Scope of Work
This requirement is for the manufacture of MICROWAVE UNITS according to technical requirements specified in Sections C, D, E, and attachments. Key aspects include:
- Compliance with MIL-STD-2073 for packaging.
- Item Unique Identification (IUID) per clause 252.211-7003.
- Specific preservation, packaging, packing, and marking requirements detailed in Section D, including MIL-STD-129 and DLR labels.
- Hazardous material identification and safety data per FAR clause 52.223-3.
- Configuration management with the cognizant SYSCOM (NAVSEA or NAVWAR) maintaining control.
- Procedures for Engineering Change Proposals (ECPs) and Requests for Variance (RFVs).
- Manufacture/repair requires specialized test and/or inspection facilities to ensure ultra-precision quality and system integrity.
Contract & Timeline
- Type: Firm Fixed-Price
- Set-Aside: Unrestricted
- Quantity: 40 EA
- Period of Performance: One-year induction period
- Response Due: May 15, 2026, 04:00 PM local time
- Published: April 15, 2026
Evaluation
Award will consider past performance as more important than price. The Government reserves the right to award to other than the lowest-priced offer. The Supplier Performance Risk System (SPRS) will be utilized in the evaluation of quotations or offers.
Additional Notes
Offers must be submitted via NECO or EMAIL ONLY. Inspection and acceptance will occur at Origin. If a company holds a Basic Ordering Agreement (BOA) for these items, the BOA terms and conditions will apply and prevail in case of conflict. Interested persons may identify their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.