58--CTRL P/S C11690A, 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 (WSS) Mechanicsburg, is soliciting proposals for the repair and modification of Control Power Supply (CTRL P/S) C11690A. This opportunity requires contractors to be an authorized repair source and adhere to specific quality and turnaround time requirements. The offer due date is January 30, 2026.
Scope of Work
This solicitation covers the repair and modification of the CTRL P/S C11690A, ensuring it meets operational and functional requirements. Key aspects include:
- Performing repair work in accordance with contractor's standard practices, manuals, and directives.
- Adherence to MIL-STD Packaging and MIL-STD-130, REV N for marking.
- Ensuring materials are mercury-free for use on submarines/surface ships, unless approved.
- Providing a throughput constraint and adhering to an 82-day Repair Turnaround Time (RTAT) after asset receipt.
- Contractor is responsible for all inspection requirements, including ISO9001, and testing repaired items per original manufacturer's specifications.
Contract & Timeline
- Type: Firm-Fixed Price (FFP), Not-to-Exceed (NTE), or Estimated (EST) for repair. Award will be bilateral.
- Product Service Code (PSC): 7G20 (Legacy Analog Voice Communications Equipment)
- Quantity: Total quantity updated from 9 to 7 units.
- Induction Expiration: 365 days after contract award date.
- Set-Aside: None specified. Only authorized repair sources and distributors will be considered.
- Offer Due: January 30, 2026 (extended by amendment).
- Published: January 9, 2026.
Eligibility & Submission
- Offerors must be an authorized repair source and provide proof of authorization.
- Quotes limited to test and evaluation (T&E) will not be accepted; quotes must be for repair.
- Electronic submission of quotes, representations, and certifications via email to JORDAN.D.BURT.CIV@US.NAVY.MIL.
- Required quote information includes repair unit price, total price, RTAT, new unit price, T&E fee (if applicable), CAGE codes, cost breakdown, and a minimum 90-day quote expiration.
- Compliance with IUID requirements (DFARS 252.211-7003) and Cybersecurity Maturity Model Certification (CMMC) level requirements (NOV 2025) is necessary.
Evaluation
Award will be based on submitted quotes for repair, considering adherence to the requested 82-day RTAT. A price reduction will be incurred for failure to meet RTAT due to inexcusable contractor delay.
Additional Notes
This solicitation is an amendment, updating the total quantity and extending the offer due date. All other terms and conditions remain unchanged. Freight is handled by Navy CAV or Proxy CAV.