70--SMP 1U, 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 Mech, is soliciting Firm-Fixed Price (FFP) quotations for the repair and modification of NSN 7H-7010-016658920, SMP 1U. This opportunity requires offerors to be an authorized repair source by the design control activity. Quotes are due by May 26, 2026.
Scope of Work
This Request for Quotations (RFQ) is specifically for the repair of NSN 7H-7010-016658920, SMP 1U, with a quantity of 45 units to be delivered to DLA Distribution, New Cumberland, PA. Key requirements include adherence to technical specifications detailed in Sections C, D, E, and attachments, packaging in accordance with MIL-STD-2073, and compliance with IUID requirements (DFARS 252.211-7003). A Repair Turnaround Time (RTAT) of 76 days after receipt of asset is requested, along with a monthly throughput constraint. The induction expiration date is 365 days after contract award.
Contract Details
This will be a Firm-Fixed Price (FFP) contract. Quotes limited to test and evaluation (T&E) will not be accepted. Non-compliance with the requested RTAT will incur a price reduction per unit/per month. The award will be issued bilaterally, requiring contractor acceptance. Freight will be handled by Navy CAV.
Submission & Evaluation
Electronic submission of quotes, representations, and certifications is required via email to JORDAN.D.BURT.CIV@US.NAVY.MIL. Quotes must include repair unit price, total price, RTAT, and new unit price. If the requested RTAT cannot be met, company capacity constraints must be provided. Award will be made to the eligible, responsible, technically acceptable offeror whose offer is most advantageous to the Government, with past performance being more important than price. Offerors must meet qualification requirements at the time of award, as this part requires engineering source approval.
Eligibility & Set-Aside
There is no specific set-aside identified for this solicitation. However, the ultimate awardee must be an authorized repair source by the design control activity, possessing unique design capability, engineering skills, and manufacturing/repair knowledge. Alternate sources must qualify in accordance with the design control activity's procedures. The Government is not using FAR Part 12 (Acquisition of Commercial Items) for this solicitation, but interested parties may identify their capability to satisfy the requirement with a commercial item within 15 days of the original notice.
Timeline & Contact
Quotes are due by close of business on May 26, 2026. Quotes should have a minimum 90-day expiration. Primary Contact: JORDAN BURT, jordan.d.burt.civ@us.navy.mil, 771-229-0396.