70--ENCODER-INDICATOR D, IN REPAIR/MODIFICATION OF

SOL #: N0010425QNC26Solicitation

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

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

No PSC code specified

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 13, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 12, 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 Mech, is soliciting proposals for the repair and modification of ENCODER-INDICATOR D units. This opportunity is designated as a Total Small Business Set-Aside and operates under Emergency Acquisition Flexibilities (EAF), with resultant awards being DX certified for national defense under the Defense Priorities and Allocations System (DPAS). Proposals are due March 12, 2026.

Scope of Work

This solicitation covers the comprehensive repair and modification of ENCODER-INDICATOR D units. Key aspects include:

  • Teardown & Evaluation (TD&E): Vendors must complete TD&E within 90 days of carcass receipt and submit a Firm-Fixed Price (FFP) quote for the full repair effort. Quotes must also include the cost of new (actual or estimated) for evaluation purposes.
  • Repair Requirements: All repairs must meet operational and functional requirements, adhering to contractor's standard practices, manuals, and directives, including MIL-STD-130 marking. The repair price must include all costs associated with receipt and complete repair of material, even if in unwhole or damaged condition.
  • Quality Assurance: The contractor is responsible for all inspection and testing per original manufacturer's specifications and drawings, maintaining records for 365 days.
  • Packaging: MIL-STD 2073 packaging applies.

Contract & Timeline

  • Type: Solicitation (Bilateral award)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: March 12, 2026, 8:30 PM EST
  • Published: February 13, 2026

Key Requirements & Evaluation

  • Repair Turn Around Time (RTAT): A requested RTAT of 76 days is specified. Quotes must reference proposed RTAT and capacity. Failure to meet RTAT will incur price reductions.
  • Quote Submission: Quotes should specify any exceptions, including but not limited to MIL-STD Packaging, Inspection & Acceptance locations, or use of surplus materials.
  • Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered. Proof of authorization on company letterhead is required with the offer.
  • Drawings: If drawings are included, access must be requested on the individual solicitation page on SAM.gov, followed by an email to the listed POC.

Additional Notes

This requirement is pursuant to Emergency Acquisition Flexibilities. All contractual documents will be issued electronically.

People

Points of Contact

NARYAN.SMITH.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
View
View

Versions

Version 3
Solicitation
Posted: Mar 16, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 13, 2026
Version 1
Pre-Solicitation
Posted: Feb 13, 2026
View