58--AGA:ANTENNA GRP ASS, 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, is soliciting quotes for the repair and modification of an Antenna Group Assembly (AGA), specifically the AGA:ANTENNA GRP ASS (AGA ROTATION), NIIN: 016503577, PN: 219K100G03. This is a Solicitation for a single unit repair. Quotes are due by February 17, 2026.
Scope of Work
This opportunity requires the repair, testing, and inspection of the specified Antenna Group Assembly to a Ready For Issue (RFI) condition. The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key requirements include:
- Repair Turnaround Time (RTAT): 180 days after receipt of the asset.
- Throughput Constraint: Offerors must specify a monthly throughput constraint.
- Induction Expiration: 365 days after contract award.
- Material Specifications: Use of MIL-W-81381 wire is prohibited; SAE-AS22759 series wire must be used instead. Compliance with IPC/EIAJ-STD-001C is required if MIL-STD-454 is referenced.
- Source Approval: Government source approval is required prior to award. Unapproved sources must submit detailed information per the NAVSUP WSS Source Approval Brochure. Failure to provide required data will result in non-consideration.
- Parts & Materials: Contractor is responsible for supplying all parts and materials, which must be new per FAR 52.211-5, unless PCO-approved. Cannibalization is generally not authorized without specific PCO approval.
- Quality & CM: Contractors must maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3. Configuration management must adhere to NAVSUP WSS clause NAVICPIA18.
Contract & Timeline
- Type: Solicitation for repair services.
- Set-Aside: None specified.
- Response Due: February 17, 2026, 8:30 PM EST.
- Published: January 30, 2026.
- Applicable Terms: Terms and Conditions of BOA/LTC N00383XXXXXXX apply.
Key Repair Procedures
The solicitation details specific procedures for handling various repair scenarios:
- Beyond Economical Repair (BER): Items where repair cost exceeds 75% of replacement price require DCMA concurrence and PCO approval for disposition.
- Missing on Induction (MOI): For Weapons Repairable Assemblies (WRAs) missing Shop Replaceable Assemblies (SRAs), contractors must notify DCMA and obtain verification/instructions from the Inventory Manager or PCO.
- Over and Above Repair (OAR): Repairs beyond normal Navy operation require DCMA concurrence and PCO approval.
Submission Details
Quotes must be submitted via email to sarah.e.crompton.civ@us.navy.mil. If a Firm Fixed Price (FFP) cannot be determined, the PCO must be informed. Early and incremental deliveries are accepted and preferred. For inquiries, contact Sarah E. Crompton at sarah.e.crompton.civ@us.navy.mil or 215-697-5809.