26-SIMACQ-E60-0002 Material Depot Level Repair
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 Naval Surface Warfare Center, Port Hueneme Division (under the Department of the Navy) has issued a Sources Sought Notice for market research to identify qualified sources for depot-level repair and maintenance of specific NATO Seasparrow system electronic components. This effort aims to ensure reliable and cost-effective repair to "CODE A" condition. Responses are due by April 8, 2026.
Purpose
This Sources Sought is for market research to identify interested parties with the capabilities and resources to evaluate and repair critical electronic components and assemblies. The information gathered will help the government determine the appropriate procurement method for a potential future solicitation, which may include setting aside for small businesses or conducting full and open competition.
Scope of Work
The requirement involves comprehensive depot-level repair services for nine specific electronic components, including:
- Driver Unit, Nulling (Part Number: 2892921)
- Electronic Component (Part Number: 2892947)
- Power Amplifier, Azi (Part Number: 2893861)
- Amplifier, Power (Part Number: 2896325)
- Electronic Component (Part Number: 3232627)
- Amplifier, Electronic (Part Number: 3233007)
- Filter Assembly, Electronic (Part Number: 6022357)
- Oscillator, UHF (Part Number: 6022442)
- Amplifier-Mixer Assembly (Part Number: 6022475)
Services encompass receiving inspection, disassembly, cleaning, repair, part replacement, reassembly, testing, marking, and packaging according to Technical Repair Standards (TRS). The contractor will be responsible for all labor, materials, facilities, and equipment, with the exception of certain obsolete parts provided as Government Furnished Property (GFP). Quality assurance, reporting, and data management are also required, potentially adhering to ISO 9001 standards. Components will be shipped to a facility in Yorktown, Virginia.
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- NAICS Code: 541330 (Engineering Services), with a small business size standard of $25.5 Million.
- Set-Aside: To be determined based on market research; may be set-aside for small businesses or full and open.
- Government Furnished Property (GFP): The government will provide specific items, including technical manuals, engineering drawings, DLRs for repair, and obsolete component parts. Bidders must review the "Consolidated GFP Attachment Version 3.0" for details on provisioned items and their management.
- Place of Performance: The overall opportunity is managed from Port Hueneme CBC Base, CA. Components for repair will be shipped to Yorktown, Virginia.
Submission Requirements
Interested parties must submit the following information:
- Company Name, Address, CAGE Code, DUNS
- Point of Contact information
- Tailored information on company capabilities, resources, and experience
- Business Size, Special Size Sub-Category, and Type of Ownership
- Rough Order of Magnitude (ROM) cost estimate
- Feedback on feasibility or challenges
- Information on commerciality of the items
Responses are due by 3:00 PM Pacific Daylight Time on April 8, 2026, and should be submitted electronically to jorge.u.ortiz.civ@us.navy.mil.
Additional Notes
This notice does not constitute a solicitation or a commitment to award a contract. No funding is available for contractual efforts at this time, and costs incurred in responding are not reimbursable.