Brazement Refurbishment
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 Naval Surface Warfare Center (NSWC) Crane requires Brazement Refurbishment services for AN/SPQ-9B Array Panel Brazement assemblies (P/N 812R043G01 and 812R043G03). This is a Combined Synopsis/Solicitation (RFQ) for a Firm Fixed-Price contract. While the government intends to negotiate with Ridge Engineering, LLC, all responsible sources are invited to submit capability statements. There is no set-aside for this opportunity. Offers are due by March 25, 2026, at 5:00 PM EST.
Scope of Work
The contractor will be responsible for the refurbishment and testing of the specified Array Panel Brazement assemblies. This includes:
- Removing mylar film, cleaning corrosion, re-conversion coating sanded spots, and reapplying mylar film.
- Cleaning waveguide channels and performing paint rework as required.
- Ensuring all materials, paint, coatings, and primer meet requirements specified in Drawing Number 812R043 and the Statement of Work (SOW).
- Performing all quality testing in accordance with Drawing Number 812R043. The refurbishment aims to return parts to a like-new condition. The majority of the work will be performed at the prime contractor's facility.
Government Furnished Items
The Government will provide necessary documentation (per SOW Section 2.1) and the two array panel brazements for refurbishment. However, the Government will not provide any repair parts or materials.
Contract & Timeline
- Contract Type: Firm Fixed-Price (RFQ)
- Set-Aside: None
- NAICS: 334511
- PSC: J041 (Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment)
- Response Due: March 25, 2026, 5:00 PM EST
- Published Date: March 17, 2026
- Delivery: Refurbished assemblies must be delivered to the Government within 8 weeks after completion.
Performance & Deliverables
Contractors must maintain an ISO 9001-2008 compliant quality program or equivalent. Key deliverables include:
- A monthly Government Property Inventory Report (CDRL A001, DI-MGMT-80441) for accountability of Government Furnished Property (GFP), to be submitted electronically.
- Adherence to Wide Area Work Flow (WAWF) procedures for material inspection, receiving, and invoicing, including the correct completion of DD Form 250 series reports.
- Implementation of a risk mitigation process for obtaining critically or high-risk material, adhering to specified counterfeit parts and material guidelines (e.g., SAE AS5553A).
Submission Details
Offers, including capability statements, must be emailed to joshua.e.tester.civ@us.navy.mil. All required information must be received by the deadline. Contractors must be properly registered in the System for Award Management (SAM).