58--PROCESSOR,COUNTERME, 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, has issued a Request for Proposal/Quote (RFP/Q) for the repair and modification of various electronic countermeasure components. This solicitation, identified as N00383-26-R-PB22, seeks qualified contractors to return specific Sensor and Processor units to a Ready For Issue (RFI) condition. Quotes are due by May 27, 2026.
Scope of Work
This opportunity requires the repair, overhaul, upgrade, testing, and inspection of the following items to RFI condition:
- Sensor, Part Number: 001-008690-0003 (QTY 25 EA, NIIN: LLZ98S302)
- Processor, Part Number: 001-008702-4000 (QTY 12 EA, NIIN: 016883631)
- Processor, Part Number: 001-008702-1202-10 (QTY 10 EA, NSN: 5865-01-716-3607) Contractors must provide all necessary facilities, labor, materials, parts, and test/tooling equipment. Repairs must adhere to the latest revisions of technical publications and approved procedures. The contractor must specify the name and location of the facility performing the work.
Contract Details
- Type: Request for Proposal/Quote (RFP/Q)
- Set-Aside: None specified
- Repair Turnaround Time (RTAT): 180 days after receipt of asset. Contractors must provide a throughput constraint for each NSN.
- Induction Expiration Date: 365 days after contract award date.
- Source Approval: Government source approval is required prior to award. Offerors not currently approved must submit detailed information as per the NAVSUP WSS Source Approval Brochure (available at https://www.navsup.navy.mil/public/navsup/wss/business_opps/ under "COMMODITIES"). Failure to provide required data will result in non-consideration.
- Contract Type: Firm Fixed Price (FFP) is preferred; if an FFP cannot be determined, the PCO must be informed.
Key Requirements
- Quality Program: 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.
- Configuration Management: A configuration management plan is required per NAVICPIA18.
- Parts and Materials: Contractor is responsible for supplying all parts and materials, which must be new per FAR 52.211-5, unless PCO-approved otherwise. Cannibalization is generally not authorized without specific PCO approval.
- Repair Conditions: Procedures are outlined for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR), requiring DCMA concurrence and PCO approval.
- Wire Specification: MIL-W-81381 wire is prohibited; SAE-AS22759 series wire must be used.
- Packaging: MIL-STD 2073 applies.
Submission & Contact
Quotes must be submitted via email to SHAMUS.F.ROACHE.CIV@US.NAVY.MIL by the due date. Response Due: May 27, 2026, 6:00 PM EDT. Contact: SHAMUS.F.ROACHE.CIV@US.NAVY.MIL, Phone: 215-697-5047.