66--FREQUENCY REFERENCE, IN REPAIR/MODIFICATION OF

SOL #: N0038326QLA63Solicitation

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

Bare Printed Circuit Board Manufacturing (334412)

PSC

Electrical And Electronic Properties Measuring And Testing Instruments (6625)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 10, 2026
2
Last Updated
Feb 21, 2026
3
Submission Deadline
Feb 26, 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 (WSS), is soliciting proposals for the repair and modification of Frequency Reference units (P/N 025000002, NSN 6625016927542). This opportunity, conducted under FAR Part 12 for commercial items, requires contractors to restore assets to a serviceable (Ready For Issue - RFI) condition. Proposals are due by February 26, 2026.

Scope of Work

The contractor will be responsible for the overhaul, upgrade, repair, testing, and inspection of Frequency Reference units. This includes providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key requirements include:

  • Repair Turnaround Time (RTAT): 119 days after physical receipt of the asset at the contractor's facility.
  • Throughput Constraint: Offerors must specify a monthly throughput for repairs.
  • Induction Expiration Date: 365 days after contract award.
  • Quality System: Maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1.
  • Configuration Management: Adherence to a configuration management plan per NAVSUP WSS clause NAVICPIA18.
  • Parts and Materials: Contractor to supply all new parts and materials, with specific procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items. Cannibalization is not authorized without specific approval.
  • Markings & Packaging: Markings in accordance with MIL-STD-130 and packaging per MIL-STD 2073.

Contract & Timeline

  • Opportunity Type: Solicitation (Commercial Products, FAR Part 12)
  • Set-Aside: None specified
  • Response Due: February 26, 2026, 8:30 PM ET
  • Published Date: February 21, 2026
  • Payment: Wide Area Workflow (WAWF) payment instructions apply.

Additional Notes

Early and incremental deliveries are accepted and preferred. NAVSUP WSS utilizes a class deviation (CL-00-203) for award forms, allowing use of their automated procurement system instead of SF 1449. All contractual documents are considered "issued" upon deposit in mail, facsimile, or electronic commerce methods.

People

Points of Contact

PATRICK.J.HORAN23.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 3Viewing
Solicitation
Posted: Feb 21, 2026
Version 2
Solicitation
Posted: Jan 28, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 10, 2026
View
66--FREQUENCY REFERENCE, IN REPAIR/MODIFICATION OF | GovScope