AUDIO CONTROL PANEL

SOL #: N0038326QTA77Solicitation

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

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 23, 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) is soliciting Firm Fixed Price quotes for the repair of AUDIO CONTROL PANEL (PN 5347-1). This opportunity utilizes Emergency Acquisition Flexibilities (EAF) and is open for competitive procedures. Quotes are due by March 23, 2026, at 4:30 PM EST.

Scope of Work

This requirement involves the repair, testing, and inspection of the AUDIO CONTROL PANEL (P/N 5347-1, NSN 7RH 1680 015855462 P8) to a Ready For Issue (RFI) condition. The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Repairs must adhere to AVTECH CORP drawing 30242, 5347-1 (latest revision), and MIL-STD-130 markings. Key performance indicators include a Repair Turnaround Time (RTAT) of 200 days after asset receipt and a throughput constraint to be specified by the contractor. The induction expiration date is 365 days after contract award.

Specific procedures are outlined for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, requiring DCMA concurrence. All parts and materials supplied by the contractor must be new (per FAR 52.211-5), with cannibalization requiring specific approval. The contractor must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent. The contractor is required to specify the name and location of the repair source performing the work.

Contract & Timeline

  • Type: Solicitation for Firm Fixed Price quotes
  • Set-Aside: None specified (competitive procedures)
  • Response Due: March 23, 2026, 4:30 PM EST
  • Published: March 10, 2026 (latest amendment)

Evaluation

Award will be made to a single eligible, responsible quoter whose submission is technically acceptable and determined most advantageous to the Government, with price considered. If only one acceptable quote is received, competitive procedures will shift to sole source negotiations.

Additional Notes

Quotes must be emailed to Kelly.a.gipson2.civ@us.navy.mil. Early and incremental deliveries are accepted. Packaging requirements are per MIL-STD 2073.

People

Points of Contact

KELLY.A.GIPSON2.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View
View

Versions

Version 3Viewing
Solicitation
Posted: Mar 10, 2026
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1
Solicitation
Posted: Feb 5, 2026
View
AUDIO CONTROL PANEL | GovScope