CIRCUIT CARD ASSEMB

SOL #: N0038326QAA23Solicitation

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

Bare Printed Circuit Board Manufacturing (334412)

PSC

Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware (5998)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 28, 2026
2
Submission Deadline
Feb 17, 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 proposals for the repair and overhaul of Circuit Card Assemblies (P/N 111E9377G2, NSN 5998-014689451 and P/N 111E9379G10, NSN 5998 015617256). This requirement replaces a previously deleted RFQ (N00383-25-Q-A357). The contractor will be responsible for returning units to a Ready For Issue (RFI) condition. Proposals are due February 17, 2026.

Scope of Work

This solicitation covers the repair, testing, and inspection of specified circuit card assemblies. Key requirements include:

  • Repair Turnaround Time (RTAT): Measured from asset return to acceptance, with consideration assessed for non-compliance. Induction expiration is 365 days post-award.
  • Contractor Responsibility: Provide all necessary facilities, labor, materials, parts, and test/tooling equipment. Government Furnished Property (GFP) will generally not be provided.
  • Material Requirements: Use SAE-AS22759 series wire instead of MIL-W-81381. All parts and materials must be new per FAR 52.211-5, unless PCO-approved. Part cannibalization is generally not authorized without specific approval.
  • Quality Standards: Establish and maintain a quality system conforming to ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1.
  • Configuration Management: Maintain a CM plan per NAVSUP WSS clause NAVICPIA18. Changes to manuals, drawings, specifications, or repair sources require PCO approval.
  • Definitions: Includes detailed definitions for Overhaul, Repair, Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR), outlining contractor and Government responsibilities for each.

Contract & Timeline

  • Type: Solicitation
  • Set-Aside: None specified.
  • Response Due: February 17, 2026, 8:30 PM EST
  • Published: January 28, 2026

Evaluation

The contract price for each unit is based on negotiated RTATs. Failure to meet RTAT requirements will result in consideration assessment and negotiation. The contractor must provide a throughput constraint for each NSN.

Additional Notes

The contractor must specify the repair source and location, with BAE Systems Controls Inc. (CAGE Code 89954) at 1098 Clark Street, Endicott, NY 13760-5333, listed as an example. Packaging must comply with MIL-STD 2073.

People

Points of Contact

MEGHAN.E.GUBICZA.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Jan 28, 2026
CIRCUIT CARD ASSEMB | GovScope