CIRCUIT CARD ASSEMB
SOL #: N0010425QQD36Solicitation
Overview
Buyer
MECHANICSBURG, PA, 17050-0788, United States
Place of Performance
Place of performance not available
NAICS
Bare Printed Circuit Board Manufacturing (334412)
PSC
Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware (5998)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 9, 2026
2
Last Updated
Jan 28, 2026
3
Submission Deadline
Jan 30, 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 U.S. Navy is soliciting quotes for the repair of CIRCUIT CARD ASSEMB (Product Service Code 5998) under a Request for Quote (RFQ). This opportunity is for a bilateral award, requiring contractor acceptance. Quotes are due by January 30, 2026, at 8:30 PM EST.
Scope of Work
This solicitation covers the repair and associated quality requirements for the CIRCUIT CARD ASSEMB, specifically referencing CAGE 53711, Ref. No. 7635990-003. Key requirements include:
- Repair work must adhere to contractor's standard practices, manuals, and directives, including drawings and technical orders.
- Items must be marked in accordance with MIL-STD-130, REV N.
- Strict mercury-free requirements apply, with specific protocols for contamination testing and approval for any functional mercury components.
- Electrostatic Discharge Control must comply with MIL-STD-1686.
- Contractor is responsible for all inspection requirements, including testing repaired items per original manufacturer's specifications.
- Packaging must follow MIL-STD 2073.
Contract & Timeline
- Type: Request for Quote (RFQ) for repair services.
- Award Type: Bilateral, requiring contractor's written acceptance.
- Freight: FOB Origin.
- Government Source Inspection (GSI): Required.
- Required Repair Turnaround Time (RTAT): 365 days, measured from asset return to acceptance. Contractors must provide their proposed RTAT and explain any capacity constraints if not meeting the 365-day requirement.
- Price Reduction: A price reduction will be incurred per unit per month for unexcusable delays beyond the required RTAT.
- Testing & Evaluation (T&E) Fee: Contractors must quote a T&E fee for assets determined Beyond Repair (BR/BER).
- Set-Aside: None specified.
- Response Due: January 30, 2026, 8:30 PM EST.
- Published: January 9, 2026, 11:08 PM EST.
Additional Notes
- This is a Critical Safety Item.
- If your company holds a Basic Ordering Agreement (BOA) for these items, its terms and conditions are incorporated by reference.
- Offerors must provide proof of being an authorized distributor of the original manufacturer's item on company letterhead.
- Quotes should include Unit Price, Total Price, RTAT, and indicate if Firm-fixed-Price, Estimated, or Not-to-Exceed (NTE).
Contact Information
For inquiries, contact Logan W. Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or 717-605-1381.
People
Points of Contact
LOGAN.W.MANN.CIV@US.NAVY.MILPRIMARY