70--ENCODER-INDICATOR D, 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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting proposals for the repair and modification of ENCODER-INDICATOR D units. This requirement is issued under Emergency Acquisition Flexibilities (EAF) and will result in a bilateral award. This is a Total Small Business Set-Aside opportunity. Proposals are due by April 13, 2026.
Scope of Work
This solicitation covers the repair and modification of ENCODER-INDICATOR D units, requiring adherence to operational and functional specifications, including specific CAGE codes (04JN4, 52088, 0ERB9). Key requirements 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.
- Repair Inclusions: Repair prices must cover all costs associated with receipt, complete repair of unwhole/damaged material, missing parts, and CAV Reporting.
- Quality Assurance: Contractor is responsible for all inspection requirements, performing testing per original manufacturer's specifications, and maintaining records for 365 days.
- Marking & Packaging: Items must be marked in accordance with MIL-STD-130, REV N, and packaging shall follow MIL-STD 2073.
- Repair Turn Around Time (RTAT): A requested RTAT of 76 days is specified, with price reductions for failure to meet this target.
Contract & Timeline
- Type: Solicitation (leading to a bilateral award)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 13, 2026, 8:30 PM EDT
- Published: March 16, 2026
- Priority Rating: This contract will be DX certified for national defense under DPAS.
Evaluation & Submission
Offerors must provide an estimated repair price for the full effort and include the cost of new (actual or estimated) for evaluation. Quotes must specify any exceptions to solicitation requirements. Only authorized distributors of the original manufacturer's item will be considered, and proof of authorization on company letterhead is required with the offer. Access to drawings, if included, must be requested via SAM.gov, followed by an email to the listed POC.
Additional Notes
This item has critical tolerance, fit restrictions, or application, but is not nuclear hardened. Detailed document ordering information for applicable standards is provided within the solicitation.