58--SWITCHING UNIT,AUDI, 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 (NAVSUP WSS), is seeking quotes for the repair and modification of SWITCHING UNIT,AUDI (P/N 1194100-100, NSN 5821 017169518). This solicitation is for repair services, with awards limited to government-approved sources. Quotes are due February 12, 2026.
Scope of Work
This requirement involves the repair, overhaul, upgrade, testing, and inspection of the specified switching unit to return it to a Ready For Issue (RFI) condition. The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and tooling equipment. Key aspects include:
- Markings in accordance with MIL-STD-130.
- Manufacturing, testing, and inspection per PALOMAR PRODUCTS INC drawing 1194100-100.
- Compliance with IPC/EIAJ-STD-001C if MIL-STD-454 is referenced.
- Detailed procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are outlined, requiring government approval for various actions.
- Contractor must supply all parts and materials, which must be new per FAR 52.211-5, unless otherwise approved. Cannibalization requires specific PCO approval.
- The designated repair source is PALOMAR PRODUCTS INC, 23042 ARROYO VISTA, RANCHO ST MARGARITA, CA, 92688-2604 (Cage Code 00816).
Contract Details
- Contract Type: Request for Quote (RFQ) for repair services.
- Set-Aside: No set-aside was applicable for this procurement.
- Payment: Wide Area Workflow (WAWF) for invoice and receiving report.
- Quality Requirements: Contractors must 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: Adherence to NAVSUP WSS configuration management clause NAVICPIA18.
Evaluation Factors
Offers will be evaluated based on non-price factors including capacity, delivery, and past performance. These non-price factors, when combined, are considered more important than price.
Key Dates
- Quotes Due: February 12, 2026, 6:00 PM EST.
- Published: January 13, 2026.
Contact Information
For inquiries, contact BRIAN.T.KENT.CIV@US.NAVY.MIL or call 215-697-0000.