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) is soliciting proposals for the repair of CIRCUIT CARD ASSEMB components. This opportunity requires a bilateral contract, emphasizing a specific Repair Turnaround Time (RTAT) and Government Source Inspection (GSI). Proposals are due by April 7, 2026.
Scope of Work
This solicitation covers the repair of CIRCUIT CARD ASSEMB components, identified by CAGE codes and reference numbers (e.g., 1VPW8 01-P46060F002, 01-P46060F003). Key requirements include:
- Repair Turnaround Time (RTAT): A required RTAT of 261 DARO (Days After Return to Origin), measured from asset return to acceptance. Contractors must quote their RTAT and may face price reductions for unexcused delays.
- Government Source Inspection (GSI): Required for all repairs.
- Quality Assurance: Contractors are responsible for all inspection requirements, performing testing according to original manufacturer specifications, and maintaining records for 365 days.
- Marking: Items must be identified in accordance with MIL-STD-130, REV N.
- Packaging: MIL-STD 2073 packaging applies.
- Design Changes: Specific procedures for handling changes in design, material, servicing, or part numbers, requiring Contracting Officer approval.
Contract & Timeline
- Type: Solicitation for a bilateral contract (likely Firm-Fixed-Price or Not-to-Exceed for T&E fees).
- Option Quantity: The Government intends to add an option quantity to the resultant contract.
- Response Due: April 7, 2026, 8:30 PM EDT
- Published: April 2, 2026, 9:48 PM EDT
Evaluation & Submission
Offerors must provide:
- Quote Amount: Unit price, total price, and proposed RTAT.
- Pricing Details: If not previously purchased by NAVSUP WSS or if prices increased, provide NSN of similar items, copies of invoices (redacted), or basis of pricing.
- Testing & Evaluation (T&E) Fee: If an asset is determined Beyond Repair (BR/BER), a T&E fee/price must be quoted, not to exceed a specified amount.
- Awardee Information: CAGE codes for awardee, inspection/acceptance, and facility/subcontractor.
- Authorized Distributors: Consideration for award will only be given to authorized distributors of the original manufacturer. Proof of authorization on company letterhead is required.
- FOB Origin: All freight is FOB Origin.
Additional Notes
This opportunity includes clauses for Item Unique Identification and Valuation, Wide Area Workflow Payment Instructions, Cybersecurity Maturity Model Certification (CMMC) Level Requirements (NOV 2025), Small Business Subcontracting Plan (DOD Contracts), Contractor Purchasing System Administration, Security Prohibitions and Exclusions, and Buy American Act. Contact Jacob T. Davis for inquiries.