58--PROCESSOR,SIGNAL DA, IN REPAIR/MODIFICATION OF

SOL #: N0038326QSA22Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, 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
Jan 13, 2026
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Mar 26, 2026, 8:30 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), has issued a solicitation for the repair, modification, and overhaul of Signal DA Processors (NSN: 5895-01-709-1273). The objective is to restore these units to a Ready for Issue (RFI) condition to support fleet operations. Quotes are due by March 26, 2026.

Scope of Work

The contractor shall provide all necessary facilities, labor, materials, and test equipment to perform repairs and upgrades on the following item:

  • Item: Processor, Signal DA
  • Part Number: 282423-04
  • Technical Data: Work must be performed in accordance with Argon ST Inc drawings (CAGE 09XP2) and applicable repair manuals.

Key tasks include inspection, component replacement, reassembly, and testing. The contractor is responsible for identifying items that are Beyond Economical Repair (BER)—defined as repair costs exceeding 75% of the replacement price—and managing Missing on Induction (MOI) components.

Contract & Timeline

  • Type: Solicitation (Anticipated Firm Fixed-Price)
  • Set-Aside: None specified
  • Response Due: March 26, 2026
  • Published: February 27, 2026

Evaluation & Requirements

  • Source Approval: These items require Government Source Approval prior to award. Offerors who are not already approved sources must submit a Source Approval Request (SAR) brochure with their proposal.
  • Quality Standards: Contractors must maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 standards.
  • Marking & Packaging: Markings must comply with MIL-STD-130, and packaging must meet MIL-STD-2073 requirements.

Additional Notes

Quotes should be submitted via email to Taylor Kilkenny. If a Firm Fixed Price cannot be determined, offerors must inform the Procuring Contracting Officer (PCO) immediately.

People

Points of Contact

TAYLOR.C.KILKENNY.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 3Viewing
Solicitation
Posted: Feb 27, 2026
Version 2
Solicitation
Posted: Jan 28, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 13, 2026
View
58--PROCESSOR,SIGNAL DA, IN REPAIR/MODIFICATION OF | GovScope