58--PROCESSOR,TEST CONT, IN REPAIR/MODIFICATION OF

SOL #: N0038326RNA24Solicitation

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 16, 2026
2
Last Updated
Feb 2, 2026
3
Submission Deadline
Mar 2, 2026, 6:00 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 has issued a Solicitation for the repair and modification of PROCESSOR,TEST CONT units. This opportunity requires contractors to perform repair, testing, and inspection services to return units to a serviceable condition. Proposals are due by March 2, 2026.

Scope of Work

This Statement of Work (SOW) establishes criteria for the repair, testing, and inspection of PROCESSOR,TEST CONT (P/N 717407600-009, NSN 5895 016785234). Services include inspection, component repair and replacement, reassembly, and testing to restore units to a Ready For Issue (RFI) condition. The contractor is responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key requirements include:

  • Prohibition of MIL-W-81381 wire; SAE-AS22759 series wire must be used.
  • Compliance with IPC/EIAJ-STD-001C if MIL-STD-454 is referenced.
  • Procedures for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, requiring DCMA concurrence and PCO approval.
  • Contractor responsibility for supplying all parts and materials, which must be new (FAR 52.211-5) unless PCO-approved.
  • Establishment and maintenance of a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1.
  • Maintenance of a configuration management plan per NAVICPIA18.
  • Repairs must be performed at the contractor's specified facility, such as Lockheed Martin Corp, 5600 W Sandlake Road MP 125, Orlando, FL. 32819-8907.

Contract & Timeline

  • Type: Solicitation
  • Set-Aside: None specified
  • Response Due: March 2, 2026, 6:00 PM EST
  • Published: February 2, 2026

Additional Notes

All terms and conditions of BOA N00383-23-G-A501 shall apply. The contractor must maintain access to updated drawings and specifications, with changes requiring Government approval. Part cannibalization is not authorized unless specifically approved by NAVSUP WSS and the BDE.

People

Points of Contact

ALYSSA.T.THIEU.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Feb 2, 2026
Version 1
Pre-Solicitation
Posted: Jan 16, 2026
View
58--PROCESSOR,TEST CONT, IN REPAIR/MODIFICATION OF | GovScope