61--LOCAL CONTROL UNIT, 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 (WSS) Mechanicsburg, is soliciting proposals for the repair and modification of Local Control Units. This opportunity is issued under Emergency Acquisition Flexibilities (EAF) and seeks qualified vendors to perform comprehensive repair services. Proposals are due by February 18, 2026.
Scope of Work
This requirement covers the repair and quality assurance for Local Control Units (CAGE 96169, Ref. No. 218080108A-V1). Key tasks include:
- Performing teardown and evaluation (TD&E) within 120 days of carcass receipt.
- Submitting a Firm-Fixed Price (FFP) quote for the full repair effort after TD&E.
- Conducting all repair work according to the contractor's standard practices, manuals, and technical directives, including original manufacturer's specifications and drawings.
- Ensuring items meet operational and functional requirements.
- Marking items in accordance with MIL-STD-130, REV N.
- Packaging in accordance with MIL-STD 2073.
Key Requirements
- Authorized Distributors: Only authorized distributors of the Original Equipment Manufacturer (OEM) will be considered. Proof of authorization on company letterhead is required with the offer. If the offeror is not the OEM, the OEM's name and CAGE must be stated, along with a signed letter of authorization.
- Repair Pricing: Provide an Estimated (EST) repair price for the full effort. The FFP quote for repair will be submitted after TD&E.
- Repair Turn Around Time (RTAT): A requested RTAT of 180 OF Days is specified. Quotes must reference the proposed RTAT and any capacity constraints. Failure to meet RTAT will incur price reductions.
- Packaging Facility: If packaging occurs at a different location than the Offeror's address, provide the Name, Street Address, and CAGE of the packaging facility.
- Contractual Documents: Award will be bilateral, requiring contractor acceptance. Documents will be issued electronically.
- Priority Rating: Any awarded contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
Contract & Timeline
- Type: Solicitation (leading to a bilateral award)
- Product Service Code: 6110 - Electrical Control Equipment
- Set-Aside: None specified
- Response Due: February 18, 2026, 8:30 PM EST
- Published: January 30, 2026
Submission & Evaluation
Offerors must provide an estimated repair price and, after TD&E, a Firm-Fixed Price quote. Quotes should specify any exceptions to solicitation requirements. Consideration for award will be given to authorized distributors of the OEM.
Additional Notes
Contact Abigail R. Hurlbut at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL or 717-605-6805 for inquiries. Applicable documents must be obtained by the contractor, with ordering information provided.