CIRCUIT CARD ASSEMB
SOL #: N0010426QDA47Solicitation
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
Original Source
Timeline
1
Posted
Jan 30, 2026
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Mar 16, 2026, 9:00 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 MECH) is seeking proposals for the repair of Circuit Card Assemblies (CIRCUIT CARD ASSEMB), specifically Part Number 20511692-2, NIIN 015049780. This is a Solicitation (RFQ) for the teardown, evaluation, repair, and/or modification of these units to a "like new" or "A" condition. Quotations are due by close of business on March 16, 2026.
Scope of Work
This opportunity requires contractors to:
- Perform teardown, evaluation, repair, and/or modification of Circuit Card Assemblies (NSN 7HH 5998-01-504-9780).
- Restore items to "like new" or "A" condition.
- Provide a "beyond repair" (BR) / "beyond economic repair" (BER) price.
- Comply with Commercial Asset Visibility (CAV) requirements.
- Adhere to MIL-STD-2073 for packaging and marking.
- Meet unique item identification and valuation requirements.
- Follow specific preservation, packaging, packing, and marking standards (e.g., MIL-STD-129, MIL-STD-2073).
- Ensure compliance with hazardous material identification and safety data requirements.
- Implement quality assurance measures, with the contractor responsible for inspection and compliance.
Contract & Timeline
- Contract Type: Implies a fixed-price repair contract.
- Period of Performance: Induction for a one-year period from the date of the order.
- Set-Aside: Not explicitly set aside, but standard small business classification box is present.
- Quotations Due: March 16, 2026, by close of business.
- Published Date: February 19, 2026.
Submission & Evaluation
- Offerors must submit a firm fixed price for the full repair; a "not to exceed" price is acceptable if a firm price cannot be provided.
- Evaluation Criteria: Past performance is considered more important than price.
- Award: Will be made to the eligible, responsible, technically acceptable offeror whose offer is most advantageous to the Government.
Additional Notes
- The government will provide shipping/delivery of material.
- The government intends to add an option quantity to the resultant contract.
- All repair awards will include specific "Award Remarks" related to RTAT, Throughput Constraint, and Induction Expiration Date.
- Offerors must provide all requested information with their quote.
- Questions should be directed to Julie Smith at (717) 605-5805 or julie.e.smith43.civ@us.navy.mil.
People
Points of Contact
Julie SmithPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Feb 19, 2026
Version 1
Pre-Solicitation
Posted: Jan 30, 2026