66--CONTROL-DISPLAY UNI, IN REPAIR/MODIFICATION OF

SOL #: N0038326QNA23Solicitation

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

Search (334511)

PSC

Flight Instruments (6610)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 15, 2026
2
Last Updated
Jan 30, 2026
3
Submission Deadline
Mar 2, 2026, 8:30 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), is soliciting quotes for the repair and modification of CONTROL-DISPLAY UNI (P/N 1729521, NSN 6610 017209293). This is an unrestricted procurement, with a requested Repair Turn Around Time (RTAT) of 45 days. Contractors are required to submit quotes including either a firm-fixed price or Time & Material (TT&E) pricing, along with estimated repair costs. Quotes are due by March 2, 2026.

Scope of Work

This requirement involves the repair, testing, and inspection of the CONTROL-DISPLAY UNI to return units to a Ready For Issue (RFI) condition. Key aspects include:

  • Compliance: Markings per MIL-STD-130, manufacturing, testing, and inspection per HAMILTON SUNDSTRAND CORP drawing number 99167, 1729521 (latest revision), and referenced specifications.
  • Contractor Responsibility: Provision of necessary facility, labor, materials, parts, and test/tooling equipment. Government-furnished property will not be provided.
  • Repair Definitions: Detailed procedures for Overhaul, Repair, Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are outlined.
  • Parts and Materials: Contractors must supply all new parts and materials in accordance with FAR 52.211-5, unless Government Furnished Material (GFM) is specified. Cannibalization requires specific PCO approval.
  • Quality Requirements: Establishment and maintenance of a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
  • Configuration Management: Maintenance of a configuration management plan per NAVSUP WSS clause NAVICPIA18.

Contract & Timeline

  • Type: Request for Quote (RFQ) for repair services.
  • Set-Aside: None (unrestricted procurement).
  • Response Due: March 2, 2026, at 8:30 PM EST.
  • Published: January 30, 2026.

Additional Notes

Contractors must specify the source and location where the repair work will be performed. The Government's acceptance of a proposal constitutes a bilateral agreement.

People

Points of Contact

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

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Jan 30, 2026
Version 1
Pre-Solicitation
Posted: Jan 15, 2026
View
66--CONTROL-DISPLAY UNI, IN REPAIR/MODIFICATION OF | GovScope