CIRCUIT CARD ASSEMB
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 MECH) has issued a solicitation for the repair of CIRCUIT CARD ASSEMB (NSN: 7HE 5998 010247474 VN), with a required quantity of 3 EA. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). Quotes must be submitted via email by March 26, 2026.
Scope of Work
This contract covers the repair and quality requirements for the specified CIRCUIT CARD ASSEMB. Repairs must meet operational and functional requirements represented by CAGE Codes 26581 (Reference Numbers 348005-105 and 674983-101). Work must adhere to contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards.
Key requirements include:
- Marking: In accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Design Changes: Specific procedures for part number or design changes, requiring Procurement Contracting Officer (PCO) approval.
- Mercury-Free: Materials must be free from metallic mercury contamination, especially for use on submarines/surface ships. Written approval is required if mercury is a functional part.
- Electrostatic Discharge Control: Compliance with ANSI/ESD S20.20.
- Electromagnetic Interference Control: Compliance with MIL-STD-461f, 10DEC2007.
- Quality Assurance: Contractor is responsible for all inspection requirements and compliance, maintaining records for 365 days. Inspection and testing must follow original manufacturer's specifications.
- Packaging: MIL-STD 2073 applies.
Contract & Timeline
- Type: Solicitation (Request for Proposal/Quote - RFQ)
- Response Due: March 26, 2026, 8:30 PM EST
- Published Date: February 24, 2026
- Set-Aside: None specified
- Award Type: Resultant award will be issued bilaterally, requiring contractor's written acceptance.
- DPAS Rating: Any awarded contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
Key Requirements & Evaluation
- Government Source Approval: These items require Government Source Approval prior to award. Offerors not currently approved must submit detailed information from the NAVSUP WSS Source Approval Brochure (available at
https://www.navsup.navy.mil/public/navsup/wss/business_opps/under "COMMODITIES"). Failure to provide all required data will result in non-consideration. - Authorized Distributors: Consideration for award will only be given to authorized distributors of the original manufacturer. Proof of authorization on company letterhead, signed by a responsible official, must be submitted with the offer.
- OEM Information: If the offeror is not the Original End Manufacturer (OEM), the OEM's name and CAGE must be stated, along with a signed letter of authorization as a distributor on the OEM's letterhead.
- Return to Asset Time (RTAT): Final inspection and acceptance by the Government within 28 days after receipt of asset.
Additional Notes
Offerors should inform the PCO if a Firm Fixed Price (FFP) cannot be determined. Electronic commerce methods (mail, fax, email) are used for issuing contractual documents. Details for obtaining various military and commercial specifications are provided within the solicitation.