58--AMPLIFIER-MODULATOR, 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, through NAVSUP Weapon Systems Support Mech, has issued a Presolicitation for the repair/modification of an Amplifier-Modulator (NSN 7H-5895-014853306-GL). This is a Total Small Business Set-Aside opportunity, but the Government intends to solicit and negotiate with only one source due to proprietary data rights. Interested parties must meet specific qualification requirements. Responses are due by April 13, 2026.
Scope of Work
This requirement is for the repair/modification of one (1) Amplifier-Modulator, NSN 7H-5895-014853306-GL, with TDP VER 004. The item is to be delivered to DLA Dist San Joaquin, Tracy, CA.
Contract & Timeline
- Type: Presolicitation (Intended Sole Source under FAR 6.302-1)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 13, 2026
- Published: March 12, 2026
Qualification Requirements
This is a Level 1 item to be acquired from approved sources only. Offerors' inspection systems must conform to MIL-I-45208A or an equivalent, as certified by a joint DCMA/NAVSUP WSS survey team. Information on MIL-I-45208A can be obtained from NAVSUP WSS, Code N97122. Award is contingent on meeting qualification requirements per FAR 52.209-1 at the time of award.
Additional Notes
The Government does not own the data or rights needed to purchase/contract repair from additional sources, and it has been deemed uneconomical to acquire them or reverse engineer the part. While this is an intended sole-source action, all responsible sources may identify their interest and capability or submit proposals. Proposals received within 45 days of publication will be considered. The Government's determination not to compete is solely at its discretion. The acquisition is not using FAR Part 12 for commercial items, but interested parties may identify commercial item capabilities within 15 days of this notice. This acquisition is subject to Free Trade Agreements (DFARS 252.225-7036 or 252.225-7021).