58--POWER CONDITIONER,, IN REPAIR/MODIFICATION OF

SOL #: N0010424RSA70Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

Legacy Analog Voice Communications Equipment, Hardware, And Software Used To Connect End Users To The Organization's Voice Systems. Includes Analog Transmission And Transport Equipment, Physical Communications Infrastructure Carrying Analog Signals Over Copper Wiring (Outside And Inside Plant), Products And Tools That Enable Or Distribute Voice Services Through On Premise Analog Equipment Including Pbx, Voicemail, And Handsets. (7G20)

Set Aside

No set aside specified

Timeline

1
Posted
May 5, 2026
2
Last Updated
May 5, 2026
3
Submission Deadline
Apr 16, 2026, 9:00 PM

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) Mech, is soliciting proposals for the repair and modification of 61 POWER CONDITIONER units under a Firm Fixed-Price (FFP) contract. This solicitation, RFP N00104-24-R-0000, requires contractors to provide a Repair Turnaround Time (RTAT) and adhere to specific technical and quality standards. Proposals are due by April 16, 2026.

Scope of Work

This opportunity covers the repair and modification of 61 POWER CONDITIONER units, identified by CAGE 7Y193 and Reference Number H416025-1. Work must comply with the contractor's standard repair practices, manuals, technical orders, and approved repair standards. Key requirements include:

  • Meeting operational and functional specifications.
  • Physical identification in accordance with MIL-STD-130, REV N.
  • Adherence to strict change control procedures for design, material, servicing, or part number modifications, requiring NAVICP-MECH Contracting Officer approval.
  • Contractor responsibility for all inspection and testing, following original manufacturer's specifications and drawings.
  • Packaging and marking in accordance with MIL-STD 2073.

Contract & Timeline

  • Contract Type: Firm Fixed-Price (FFP)
  • Quantity: 61 units
  • NAICS Code: 334290
  • Product Service Code (PSC): 7G20 (Legacy Analog Voice Communications Equipment)
  • Set-Aside: None (Unrestricted)
  • Proposal Due Date: April 16, 2026
  • Published Date: May 5, 2026 (latest amendment)

Submission & Evaluation

Proposals must include unit price, total price, and a proposed Repair Turnaround Time (RTAT). If the proposed RTAT does not meet government requirements, offerors must provide capacity constraints. Pricing must be valid for 90 days unless otherwise specified. The resultant award will be issued bilaterally, requiring contractor acceptance. Only authorized distributors of the original manufacturer's item will be considered, and proof of authorization must be submitted with the offer. Firm Fixed Price repair pricing implies that Beyond Economical Repair (BER) does not exist, though Beyond Repair (BR) is possible with DCMA concurrence, leading to downward price negotiation.

Additional Notes

All freight is FOB Origin. Government Source Inspection (GSI) is required. Proposals, including the entire completed and signed RFP, must be submitted via email to ABBY.M.HOKE.CIV@US.NAVY.MIL. Teardown and evaluation only quotes will not be accepted. Questions should also be directed to Abby Hoke.

People

Points of Contact

BRANDYN.A.MILLER2.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
View
View
View

Versions

Version 2Viewing
Solicitation
Posted: May 5, 2026
Version 1
Pre-Solicitation
Posted: May 5, 2026
View