59--ELECTRONIC COMPONEN, IN REPAIR/MODIFICATION OF

SOL #: N0038325RN145Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, 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
May 7, 2026
2
Last Updated
May 7, 2026
3
Submission Deadline
Jul 31, 2026, 6:00 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 (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.

People

Points of Contact

ARIANNA.G.PILLA.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
View

Versions

Version 2Viewing
Solicitation
Posted: May 7, 2026
Version 1
Pre-Solicitation
Posted: May 7, 2026
View