59--RECTIFIER,SEMICONDU

SOL #: N0010425RYL05Solicitation

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

Semiconductor and Related Device Manufacturing (334413)

PSC

Semiconductor Devices And Associated Hardware (5961)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 30, 2025
2
Last Updated
Mar 6, 2026
3
Submission Deadline
Oct 15, 2025, 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, specifically NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture and supply of RECTIFIER,SEMICONDU devices. This is a Firm-Fixed Price contract requiring adherence to strict quality and material specifications, including a critical mercury-free requirement for use on submarines/surface ships. Proposals are due by April 16, 2026.

Scope of Work

This opportunity covers the manufacture and quality assurance of RECTIFIER,SEMICONDU devices. Key requirements include:

  • Design & Identification: Furnishing items represented by Cage Code 04801, reference number 600-42100-3, and physical identification in accordance with MIL-STD-129.
  • Material Purity: A stringent mercury-free requirement for all materials, as these rectifiers are intended for use on submarines/surface ships. Any inclusion of metallic mercury requires explicit written approval from the Procurement Contracting Officer.
  • Quality Assurance: Contractors are responsible for all inspection requirements and must maintain a quality system acceptable to the Government, in accordance with ISO 9001 (or MIL-I-45208). Government source inspection is required.
  • Packaging: Packaging must comply with MIL-STD 2073.
  • Design Changes: Specific procedures are outlined for changes in design, material, servicing, or part numbers, categorized by codes 1-6.

Contract & Timeline

  • Type: Firm-Fixed Price
  • Set-Aside: None specified. Offerors whose company size exceeds the NAICS size standard (750 employees) must submit a Small Business Subcontracting Plan.
  • Response Due: April 16, 2026, 21:00 UTC
  • Published: March 6, 2026

Key Requirements for Offerors

  • Authorized Distributors: Consideration for award will only be given to authorized distributors of the original manufacturer's item. Proof of authorized distributorship, signed by a responsible company official, must be submitted with the offer.
  • Delivery: Accelerated delivery is encouraged and accepted. All freight is FOB Origin.
  • Acceptance: The resultant contract will be issued bilaterally, requiring the contractor's written acceptance.

Contact Information

For inquiries, contact TAYLOR.M.FASCHING.CIV@US.NAVY.MIL or call 717-605-4323.

People

Points of Contact

TAYLOR.M.FASCHING.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 6
Solicitation
Posted: Mar 6, 2026
View
Version 5
Pre-Solicitation
Posted: Mar 6, 2026
View
Version 4
Solicitation
Posted: Jan 6, 2026
View
Version 3
Pre-Solicitation
Posted: Jan 6, 2026
View
Version 2
Solicitation
Posted: Oct 9, 2025
View
Version 1Viewing
Solicitation
Posted: Sep 30, 2025