59--ELECTRONIC COMPONEN, 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), has issued a Solicitation for the repair and modification of electronic components, specifically an Engine Control Unit (P/N 4501860F) and ELECTRONIC COMPONEN (P/N 4956012, NSN 7R 1680-01-474-4622 V2). This requirement seeks proposals for either firm-fixed price or Time & Materials (TT&E) pricing, along with estimated repair costs. Proposals are due by July 31, 2026.
Scope of Work
This solicitation covers the repair, overhaul, upgrade, testing, and inspection of the specified electronic components to a Ready For Issue (RFI) condition, in accordance with technical drawings, service bulletins, and industry standards. Key requirements include:
- Component Repair: Repair of Engine Control Unit (P/N 4501860F) and ELECTRONIC COMPONEN (P/N 4956012, NSN 7R 1680-01-474-4622 V2).
- Material Standards: Prohibition of MIL-W-81381 wire, requiring SAE-AS22759 series wire instead. Contractor is responsible for all parts and materials unless Government Furnished Material (GFM) is specified.
- Contractor Responsibility: Provision of all necessary facilities, labor, materials, parts, and test/tooling equipment. The Government will not provide equipment such as fixtures, jigs, or special tooling.
- Repair Turn Around Time (RTAT): 60 days.
- Specific Procedures: Detailed procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are outlined, requiring Government concurrence for disposition.
Contract & Timeline
- Type: Solicitation (requesting Firm Fixed-Price or TT&E pricing)
- Set-Aside: None (SBA determined a set-aside was not applicable).
- Response Due: July 31, 2026, 6:00 PM EST.
- Published: May 7, 2026.
Key Requirements
- Quality Management System: Contractors must establish and maintain a quality system conforming to ISO 9001/SAE AS9100 or equivalent, and a calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1 or equivalent.
- Configuration Management: Adherence to NAVSUP WSS configuration management clause NAVICPIA18.
- Packaging: MIL-STD 2073 packaging applies.
- Documentation: Maintenance of historical record files for each Contract Line Item (CLIN), including receipt inspection, repair travelers, parts replacement, inspection data, and acceptance test data.
Contact Information
For inquiries, contact ARIANNA.G.PILLA.CIV@US.NAVY.MIL or call 215-697-2198.