CARGO STRONGBACK
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 (WSS) Mechanicsburg, has issued a Solicitation for the repair of CARGO STRONGBACK units. This opportunity is a Total Small Business Set-Aside and requires contractors to provide comprehensive repair services, including testing and evaluation. Quotes are due by March 23, 2026.
Scope of Work
This Request for Quote (RFQ) is for the repair of CARGO STRONGBACK units. Contractors must verify nomenclature, part number, and National Stock Number (NSN) prior to responding. Key requirements include:
- Repair Turnaround Time (RTAT): The Government seeks a 903-day RTAT. Offerors must state their proposed RTAT and provide capacity constraints if unable to meet this requirement.
- Government Source Inspection (GSI): Required.
- Quality Assurance: The contractor is responsible for all inspection requirements, compliance, and maintaining records for 365 days post-delivery. All repairs must meet original manufacturer's specifications and drawings.
- Marking: Items must be identified in accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Packaging: MIL-STD 2073 applies.
- Beyond Repair (BR/BER): If an asset is determined to be BR/BER, a negotiated reduced contract price (Not-to-Exceed) will apply. Offerors must provide an NTE amount and the computation method for the T&E fee.
Contract Details
- Contract Type: Bilateral award for repair services, with firm pricing.
- Set-Aside: Total Small Business.
- Option for Increased Quantity: The Government intends to include a 100% option quantity, exercisable within 365 days of award. Offerors must indicate acceptance and provide pricing for this option.
- Price Reduction for RTAT Delays: A price reduction will be incurred per unit/per month for inexcusable delays in meeting the required RTAT. Offerors must specify this amount and a maximum.
- Freight: FOB Origin, handled by the Navy per the Commercial Asset Visibility (CAV) Statement of Work.
Submission Requirements
Quotes must include:
- Quote amount and proposed RTAT.
- Unit Price and Total Price (Firm-fixed-Price, Estimated, or Not-to-Exceed).
- Return Material Authorization (RMA) #, if applicable.
- Delivery Vehicle (e.g., BOA/IDIQ).
- Proposed RTAT in days.
- Price reduction amount per unit/per month for RTAT delays, up to a maximum.
- T&E fee/price (NTE) if asset is determined BR/BER, and computation method.
- Awardee CAGE, Inspection & Acceptance CAGE, Facility/Subcontractor CAGE.
- New unit price and delivery lead-time for comparison.
- Indication of acceptance for the 100% option quantity and its pricing.
- Proof of being an authorized distributor on company letterhead.
Key Dates
- Response Due: March 23, 2026, 8:30 PM EDT
- Published: February 27, 2026
Contact Information
For inquiries, contact ASHLEY.H.BETLOCK.CIV@US.NAVY.MIL or 717-605-1028.