66--MODULE INDICATOR, 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 MODULE INDICATORs. This requirement is issued under Emergency Acquisition Flexibilities (EAF) and will result in a bilaterally awarded contract. Proposals are due by January 30, 2026.
Scope of Work
This solicitation covers the repair and quality assurance requirements for the MODULE INDICATOR. Key aspects include:
- Performing teardown and evaluation (TD&E) within 90 days of carcass receipt, followed by a Firm-Fixed Price (FFP) quote for the full repair effort.
- Meeting operational and functional requirements, including MIL-STD-130 marking.
- Adhering to a 179-day Repair Turn Around Time (RTAT), with potential price reductions for non-compliance.
- Ensuring all materials are mercury-free for use on submarines/surface ships.
- Packaging in accordance with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation (Bilateral Award)
- Set-Aside: None specified
- Product Service Code: 6680 (Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments)
- Response Due: January 30, 2026, 8:30 PM EST
- Published: December 31, 2025
Key Requirements
- Offerors not the Original Equipment Manufacturer (OEM) must provide the OEM's name, CAGE, and a signed letter of authorization as a distributor.
- Quotes must include an estimated repair price and the cost of new (actual or estimated) for evaluation.
- Quotes must specify any exceptions (e.g., MIL-STD Packaging, Labeling, Inspection/Acceptance locations).
- Contractors must provide TD&E Rate, RTAT, Throughput Constraint, and Induction Expiration Date.
- The resultant contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
Additional Notes
Consideration for award will only be given to authorized distributors of the original manufacturer's item. Proof of authorization on company letterhead is required with the offer.