58--MODULATOR,RADIO TRA- AND SIMILAR REPLACEMENT PARTS, 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 (NAVSUP WSS), is issuing a solicitation for the repair and modification of MODULATOR, RADIO TRA- and similar replacement parts. This opportunity specifically targets the repair, testing, and inspection of RECEIVER, COUNTERMEA (NSN 5865-01-663-1881, P/N 2687100G002) and MODULATOR, RADIO TRA (NSN 5865-01-663-1882, P/N 2687200G002) to a Ready For Issue (RFI) condition. Government Source Approval is required prior to award. Unapproved sources must submit a NAVSUP Source Approval Request (SAR) with their proposal. Proposals are due by February 23, 2026.
Scope of Work
The contractor will be responsible for overhauling, upgrading, repairing, testing, and inspecting the specified items in accordance with the provided Statement of Work (SOW) and latest technical publications. This includes providing all necessary facilities, labor, materials, parts, and test/tooling equipment. The Government will not provide Government Furnished Property (GFP) or manufacturing aids. All repairs must be performed at the facility identified in the SOW, with L3 HARRIS TECHNOLOGIES (CAGE 28527) at 77 RIVER ROAD CLIFTON NJ 07014 specified as the repair source.
Key Requirements
- Source Approval: Mandatory Government Source Approval. Non-approved sources must submit a NAVSUP SAR. Evaluation of SARs may not be processed in time, potentially leading to award based on fleet support needs.
- Quality & Configuration Management: Contractors must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1. A configuration management plan per NAVICPIA18 is also required.
- Parts & Materials: The contractor is responsible for supplying all parts and materials, which must be new per FAR 52.211-5, unless written PCO approval is obtained for alternatives. Cannibalization is generally not authorized without specific PCO approval.
- Repair Procedures: Detailed procedures are outlined for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR), all requiring specific DCMA and PCO concurrence before proceeding.
- Changes: Any changes to manuals, drawings, specifications, or repair sources/facilities require PCO approval. Unapproved changes are at the contractor's risk.
Contract & Timeline
- Type: Solicitation
- Set-Aside: None specified (Unrestricted)
- Response Due: February 23, 2026, 6:00 PM EST
- Published: January 28, 2026
Additional Notes
Early and incremental deliveries are accepted and preferred. Contractual documents are considered "issued" when transmitted electronically. Final inspection and acceptance by the Government are required prior to any shipments.