59--CCA,RS-485/RS-422, IN REPAIR/MODIFICATION OF

SOL #: N0010425QZC00SolicitationSole Source

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

Bare Printed Circuit Board Manufacturing (334412)

PSC

Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware (5998)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Feb 6, 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 Mech, is seeking a sole source contractor for the repair and modification of CCA,RS-485/RS-422 components, which are designated as Fly-By-Wire (FBW) Submarine Flight Critical Components (SFCC). This is a Solicitation for a Delivery Order under an existing BOA. Responses are due February 6, 2026.

Scope of Work

This opportunity involves the refurbishment, inspection, and modification of critical electrical and electronic assemblies. Key requirements include:

  • Refurbishment: Clean, inspect, and refurbish items to specified standards (e.g., 96169 EB-4842).
  • Quality Control: Compliance with MIL-STD-1686 for electrostatic discharge, NAVSEA T9044-AD-MAN-010 for SFCC systems, and quality systems like MIL-I-45208, MIL-Q-9858, or ISO9001:2008. Government Quality Assurance at source is required.
  • Configuration Control: Strict adherence to configuration control, including procedures for waivers/deviations and Engineering Change Proposals (ECPs).
  • Traceability & Certification: Maintaining material traceability and certification for SFCCs, including unique marking (SMIC, MIC numbers) and detailed certification packages (DI-MISC-80678).
  • Inspection: 100% inspection for form, fit, function, and traceability marking. All materials must be mercury-free.

Contract & Timeline

  • Type: Solicitation (Delivery Order under BOA N0010422GZD01)
  • Set-Aside: Sole Source
  • Product Service Code: 5998 (Electrical And Electronic Assemblies)
  • Delivery: 180 days for CLIN 0001AA.
  • Teardown & Evaluation (TD&E): 45 days after carcass receipt to submit FFP quote for repair.
  • Requested RTAT: 180 Days.
  • Response Due: February 6, 2026, at 8:30 PM EST.
  • Published: February 6, 2026.

Submission Requirements

Offerors must provide:

  • Pricing: Estimated (EST) or Firm Fixed Price (FFP), including a beyond repair/beyond economical repair price.
  • OEM Information: If not the Original End Manufacturer, state OEM (Company Name and CAGE) and provide a signed letter of authorization as a distributor.
  • Quality System Procedures: Submit a copy of current documented quality system procedures (CDRL DI-QCIC-81110) or request a waiver if already on file.
  • OQE: Certification test report Objective Quality Evidence (OQE) must be submitted via WAWF.

Additional Notes

This amendment increases the quantity. The resulting contract will be DO certified for national defense under DPAS. Commercial Asset Visibility (CAV) will be utilized. Shipping will be handled by the government.

People

Points of Contact

ROBERT.H.LANGEL.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
View

Versions

Version 2Viewing
Solicitation
Posted: Feb 6, 2026
Version 1
Pre-Solicitation
Posted: Feb 6, 2026
View
59--CCA,RS-485/RS-422, IN REPAIR/MODIFICATION OF | GovScope