59--AMPLIFIER SUBASSEMB, IN REPAIR/MODIFICATION OF

SOL #: N0010426QUA73Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

Amplifiers (5996)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 15, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Feb 17, 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) Mechanicsburg, is soliciting proposals for the repair and modification of Amplifier Subassemblies (PSC 5996). This opportunity requires offerors to be authorized repair sources for the specified items. The solicitation is issued under Emergency Acquisition Flexibilities (EAF), encouraging accelerated delivery. Quotes are due by February 17, 2026.

Scope of Work

This requirement covers the repair and quality assurance for AMPLIFIER SUBASSEMB (CAGE 07MU1, Reference No. 7345335G001). All repair work must adhere to the contractor's standard practices, manuals, and directives, including technical orders and approved repair standards. Items must be marked in accordance with MIL-STD-130, REV N. General requirements include MIL-STD Packaging, Government Source Inspection, FOB Source, and Commercial Asset Visibility (CAV) Reporting. Packaging must comply with MIL-STD 2073.

Contract & Timeline

  • Type: Solicitation (RFQ for Repair). Resultant award will be bilateral.
  • Pricing: Firm-Fixed Price (FFP), Not-to-Exceed (NTE), or Estimated (EST) for repair. Quotes limited to test and evaluation (T&E) only will not be accepted.
  • Repair Turnaround Time (RTAT): 180 days after receipt of asset. A price reduction will be incurred for delays not deemed excusable.
  • Induction Expiration: 365 days after contract award date.
  • Set-Aside: None specified (Unrestricted).
  • Response Due: February 17, 2026, 8:30 PM Z.
  • Published: January 16, 2026.

Submission Requirements

Quotes, representations, and certifications must be submitted electronically via email to DEREK.J.FORD5.CIV@US.NAVY.MIL. Offerors must include:

  • Repair unit price, total price, and proposed RTAT.
  • New unit price and T&E fee (if asset is determined Beyond Repair/Beyond Economical Repair).
  • CAGE codes for award, inspection/acceptance, and facility/subcontractor locations.
  • Cost breakdown (if feasible) and quote expiration date (minimum 90 days).
  • Proof of being an authorized distributor on company letterhead, signed by a responsible official.

Additional Notes

Contractors must provide a throughput constraint for each NSN. Accelerated delivery is encouraged.

People

Points of Contact

DEREK.J.FORD5.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 3
Award Notice
Posted: Mar 11, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 16, 2026
Version 1
Pre-Solicitation
Posted: Jan 15, 2026
View