59--QBUS INTERFACE TO I
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, specifically NAVSUP Weapon Systems Support Mech, is seeking proposals for the manufacture and quality requirements of the QBUS INTERFACE TO I, part of the ADCAP TEST EQUIPMENT. This is a Solicitation for a bilateral award, requiring contractor acceptance. The requirement is pursuant to Emergency Acquisition Flexibilities (EAF) and will be DO certified under the Defense Priorities and Allocations System (DPAS). Proposals are due by April 6, 2026.
Scope of Work
This opportunity covers the manufacture and quality assurance for the QBUS INTERFACE TO I, identified by Cage Code 0VSS0 and part number DCQ-3100-A (updated from DCQ-3100). Key technical requirements include physical identification in accordance with MIL-STD-130 and soldering conforming to IPC J-STD-001, Class 3. The Technical Data Package (TDP) has been updated to version 006.
Contract & Timeline
- Type: Solicitation (for a bilateral contract)
- Set-Aside: None specified
- Product Service Code: 5998 (Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware)
- Response Due: April 6, 2026, 8:30 PM EST
- Published: February 5, 2026
Key Requirements for Offerors
Bidders must provide:
- Estimated (EST) repair price for the full repair effort, including costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, etc., and CAV Reporting.
- Cost of new (actual or estimated) for evaluation purposes.
- Proposed Repair Turn Around Time (RTAT), Throughput Constraint, and Induction Expiration Date. Price reductions will apply for failure to meet RTAT.
- Any exceptions to MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, or surplus materials.
- Identification of sources of supply (Actual Manufacturer, Cage Code, Address, Delivery Lead Time).
- For surplus material, a certificate, label, and traceability back to a Government contract are mandatory.
- Distributors/Dealers must submit full traceability to the OEM.
- A Higher Level Inspection is required.
- The inspection system must comply with MIL-I-45208 or ISO 9001/9002.
- Packaging shall be in accordance with MIL-STD 2073.
Contact Information
For inquiries, contact Zachary R. Morrill at ZACHARY.R.MORRILL.CIV@US.NAVY.MIL or 717-605-1552.