20--CONSOLE,MAINTAINER, IN REPAIR/MODIFICATION OF
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 Mechanicsburg (NAVSUP WSS MECH), is soliciting proposals for the repair and modification of CONSOLE, MAINTAINER units. This opportunity is a Total Small Business Set-Aside and requires contractors to be an authorized repair source. Quotes are due by April 2, 2026.
Scope of Work
This solicitation is specifically for the REPAIR of CONSOLE, MAINTAINER units, identified by CAGE 1L5F5, Ref. No. RFT2-19-U. Contractors must perform all repair work in accordance with their standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Key requirements include:
- Meeting operational and functional requirements of the specified CAGE code and reference number.
- Physical identification in accordance with MIL-STD-130, REV N.
- Adherence to MIL-STD 2073 for preservation, packaging, packing, and marking.
- Contractor responsibility for all inspection requirements and compliance with original manufacturer's specifications and drawings for testing repaired items.
Contract & Timeline
- Type: Solicitation for a bilateral award, requiring contractor's written acceptance.
- Pricing: Only Firm-Fixed Price (FFP), Not-to-Exceed (NTE), or Estimated (EST) prices for REPAIR will be accepted. Quotes limited to test and evaluation (T&E) will not be accepted.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Repair Turnaround Time (RTAT): 119 days after receipt of asset. A price reduction will be incurred for failure to meet RTAT, unless due to excusable delay.
- Induction Expiration Date: 365 days after contract award date.
- Response Due: April 2, 2026, 8:30 PM EDT.
- Published: March 3, 2026.
Evaluation
Award will be made to an authorized repair source. Quotes must include:
- Repair unit price, total price, and new unit price.
- Proposed RTAT (and capacity constraints if not meeting 119 days).
- T&E fee/price if an asset is determined Beyond Repair (BR/BER).
- CAGE codes for award, inspection & acceptance, facility/subcontractor, and packaging facility.
- Quote expiration date (minimum 90 days).
- Proof of being an authorized distributor, signed by a responsible company official, must be provided with the offer.
Additional Notes
- Electronic submission of quotes, representations, and certifications via email to jordan.d.burt.civ@us.navy.mil.
- General requirements include MIL-STD Packaging, Government Source Inspection, FOB Source, and Commercial Asset Visibility (CAV) Reporting.
- Compliance with Item Unique Identification (IUID) requirements of DFARS 252.211-7003 is mandatory.
- Cybersecurity Maturity Model Certification (CMMC) Level Requirements (NOV 2025) apply.
- Contractor Purchasing System Administration-Basic (Deviation 2026-O0015) and Security Prohibitions and Exclusions (Class Deviation 2026-O0025) are applicable.
- The contractor must provide a throughput constraint for each NSN.
Contact: JORDAN.D.BURT.CIV@US.NAVY.MIL, 717-605-1318.