58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF

SOL #: N0038326QNA21Pre-Solicitation

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

No NAICS code specified

PSC

Radio And Television Communication Equipment, Airborne (5821)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 10, 2025
2
Last Updated
Dec 30, 2025
3
Response Deadline
Jan 26, 2026, 4:00 AM

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, specifically NAVSUP WEAPON SYSTEMS SUPPORT, has issued a Request for Quotation (RFQ) for the repair and modification of RECEIVER-TRANSMITTE units. This opportunity is for commercial product procurement and has been determined to be not applicable for a set-aside recommendation. Proposals are due by January 29, 2026.

Scope of Work

This RFQ requires the contractor to perform inspection, component repair and replacement, reassembly, and testing procedures to return RECEIVER-TRANSMITTE units (P/N 822-2158-002, NSN 7RH 5821 015855355 P8) to a serviceable, Ready For Issue (RFI) condition. Work must adhere to ROCKWELL COLLINS INC drawing number 13499, 822-2158-002, and all referenced specifications. The contractor is responsible for providing all necessary facilities, labor, materials, parts, and tooling equipment. Key aspects include:

  • Markings: In accordance with MIL-STD-130.
  • Parts and Materials: Contractor-supplied, new, and compliant with latest approved drawings/specifications, unless PCO-approved for other materials. Cannibalization requires specific approval.
  • Repair Procedures: Adherence to approved repair/overhaul manuals. Changes to manuals, drawings, or repair sources require Procuring Contracting Officer (PCO) approval.
  • BER/MOI/OAR: Specific procedures are outlined for Beyond Economical Repair, Missing on Induction, and Over and Above Repair items, requiring DCMA concurrence and PCO authorization.

Contract & Timeline

  • Type: Solicitation (RFQ for repair/modification)
  • Set-Aside: Not Applicable
  • Response Due: January 29, 2026, 8:30 PM EST
  • Published: December 30, 2025

Quality Requirements

Contractors must establish and maintain a quality system conforming to ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or an equivalent. A configuration management plan in accordance with NAVSUP WSS clause NAVICPIA18 is also required.

Place of Performance

The contractor shall specify the name and location of the facility performing the work. Inspection will be accomplished on the contractor's equipment. The item references ROCKWELL COLLINS INC, 400 COLLINS ROAD NE, CEDAR RAPIDS IA 52498-0001, Cage Code 13499.

Contact Information

For inquiries, contact Dina M. Wojciechowski at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL or 215-697-1219.

People

Points of Contact

DINA M. WOJCIECHOWSKI, N731.53, EMAIL DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 2
Solicitation
Posted: Dec 30, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Dec 10, 2025
58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF | GovScope