59--MODULE ASSEMBLY,RIM
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 Mechanicsburg, has issued an Unrestricted Solicitation (RFP) for MODULE ASSEMBLY, RIM (NSN: 7HH 5998 016259369 VN). This procurement seeks 13 units of the specified module assembly, with offers due by May 29, 2026, at 05:00 PM.
Scope of Work
This opportunity is for the procurement of MODULE ASSEMBLY, RIM (NIIN: 016259369). Key requirements include adherence to technical specifications detailed in Sections C, D, E, and attachments. Packaging must comply with MIL-STD-2073, and government source inspection and acceptance are mandatory. Specific requirements include the Item Unique Identification and Valuation (JAN 2023) clause (252.211-7003), Electrostatic Discharge Control (ANSI/ESD S20.20), Configuration Management (Maritime), and Hazardous Material Identification and Material Safety Data. Traceability information is critical, especially for offerors who are not the original manufacturer.
Contract & Timeline
- Type: Negotiated Request for Proposal (RFP)
- Set-Aside: Unrestricted
- Quantity: 13 units
- Response Due: May 29, 2026, 05:00 PM (Eastern Time)
- Published: April 30, 2026
- Place of Performance: Mechanicsburg, PA, United States
Evaluation & Award
Proposals will be evaluated with past performance considered more important than price. The government intends to make a single award to the eligible, responsible, and technically acceptable offeror whose proposal is most advantageous. The Supplier Performance Risk System (SPRS) will be utilized in the evaluation process. Accelerated delivery is encouraged and accepted at no additional cost.
Additional Notes
All freight is FOB Origin. The resultant award will be issued bilaterally, requiring contractor acceptance. Offerors are advised to verify nomenclature, part number, and NSN before responding. Do not include the cost for shipping material in the offer.