58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF

SOL #: N0038326RQA39Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

No NAICS code specified

PSC

Intercommunication And Public Address Systems, Airborne (5831)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 4, 2025
2
Last Updated
Dec 22, 2025
3
Response Deadline
Feb 18, 2026, 4:00 AM

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's NAVSUP Weapon Systems Support (NAVSUP WSS) has issued a Solicitation (RFQ) for the repair and modification of "CONTROL,INTERCOMMUN" (Product Service Code 5831: Intercommunication And Public Address Systems, Airborne, NSN: 5831 01-690-2235, P/N: AL-36-5240-2). This requirement seeks contractors to return units to a Ready For Issue (RFI) condition. Quotes are due by February 18, 2026.

Scope of Work

This RFQ covers the repair, testing, and inspection of the specified intercommunication controls. Contractors must provide all necessary equipment, labor, materials, parts, and tooling. Key requirements include:

  • Repair and testing to return items to RFI condition.
  • Prohibition of MIL-W-81381 wire, requiring SAE-AS22759 series wire instead.
  • Compliance with IPC/EIAJ-STD-001C if MIL-STD-454 is referenced.
  • Procedures for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items.
  • Establishment of a quality system conforming to ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
  • Maintenance of a configuration management plan per NAVICPIA18.
  • Repairs must be performed at the contractor's facility, with the example location provided as Boeing Co., 6200 J S MCDONNELL BLVD, SAINT LOUIS, MO. 63134-1939.

Contract & Timeline

  • Type: Request for Quote (RFQ) for repair services. Contractors must submit quotes including either Firm Fixed-Price (FFP) or Time & Materials (TT&E) pricing, along with estimated repair costs.
  • Set-Aside: Not applicable. The Small Business Administration determined no set-aside recommendation was applicable for this procurement.
  • Response Due: February 18, 2026, 6:00 PM ET.
  • Published: December 22, 2025.

Submission Requirements

Offerors must submit a quote that includes FFP or TT&E pricing and estimated repair costs. All contractual documents will be issued electronically. Cannibalization of parts is generally not authorized without specific PCO approval.

Contact Information

For inquiries, contact Dianne L. Wydra at DIANNE.L.WYDRA.CIV@US.NAVY.MIL or 215-697-6681.

People

Points of Contact

DIANNE L. WYDRA, N793.02, EMAIL DIANNE.L.WYDRA.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 2
Solicitation
Posted: Dec 22, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Dec 4, 2025
58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF | GovScope