58--ENCODER-DECODER,COM, 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 MECH has issued a solicitation for the repair and modification of ENCODER-DECODER,COM units. This opportunity is designated as a Total Small Business Set-Aside and is being conducted under Emergency Acquisition Flexibilities (EAF). The resultant award will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Quotes are due by February 27, 2026.
Scope of Work
This requirement covers the repair and quality assurance for ENCODER-DECODER,COM units, ensuring they meet operational and functional requirements for specified CAGE Codes (4DL36 K9349124; 31068 K9349124). Repair work must adhere to the contractor's standard practices, manuals, and technical orders. Key technical requirements include:
- Marking in accordance with MIL-STD-130, REV N.
- Electrostatic Discharge Control per ANSI/ESD S20.20.
- Strict "Mercury Free" requirements for items intended for submarines/surface ships.
- Repair prices must account for material in unwhole condition, missing hardware, damage, and CAV Reporting.
- Offerors must provide Teardown & Evaluation Rate, Repair Turn Around Time (RTAT), Throughput Constraint, and Induction Expiration Date. The requested RTAT is 81 days, with price reductions for non-compliance.
- Vendors have 90 days after carcass receipt to complete TD&E and submit a Firm-Fixed Price (FFP) quote for the full repair effort.
Contract & Timeline
- Type: Solicitation (bilateral award requiring contractor acceptance)
- Set-Aside: Total Small Business
- Product Service Code: 7G20 (Legacy Analog Voice Communications Equipment)
- Response Due: February 27, 2026, 8:30 PM EST
- Published: February 13, 2026, 9:15 AM EST
Evaluation
NAVSUP WSS Mechanicsburg will consider past performance in the evaluation of offers, in accordance with FAR 13.106(a)(2). Quotes must include an estimated repair price and the cost of new (actual or estimated) for evaluation purposes. Only authorized distributors of the original manufacturer's item will be considered, and proof of authorization must be submitted with the offer.
Additional Notes
This procurement is under Emergency Acquisition Flexibilities (EAF) and will result in a DO certified contract under DPAS. Offerors must specify any exceptions to solicitation requirements (e.g., MIL-STD Packaging, Labeling, Inspection & Acceptance locations) in their quotes. Access to drawings, if included, requires a request on SAM.gov followed by an email to the listed POC.