COMMS BAR BASE ASSY
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 (ac2acd8645f1413fb23a68416ac50412) for the repair of COMMS BAR BASE ASSY. This is an amendment to the original solicitation, extending the response deadline to February 6, 2026. The requirement is pursuant to Emergency Acquisition Flexibilities (EAF) and will result in a bilateral award. Only authorized distributors of the Original Equipment Manufacturer (OEM) will be considered for award, requiring proof of authorization.
Scope of Work
This solicitation covers the repair and associated quality requirements for the COMMS BAR BASE ASSY (CAGE 96169, Ref. No. EB-5902-2). Repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings and technical orders. Key requirements include:
- Mercury-Free: All materials must be free from metallic mercury contamination, especially for use on submarines/surface ships. Strict testing and approval processes apply if mercury is functionally required.
- Marking: Items must be identified in accordance with MIL-STD-130, REV N.
- Packaging: Preservation, packaging, packing, and marking shall follow MIL-STD 2073.
- Quality Assurance: Contractor is responsible for all inspection requirements, maintaining records for 365 days, and performing inspection/testing per original manufacturer's specifications.
Contract & Timeline
- Type: Solicitation (bilateral award anticipated)
- Set-Aside: Consideration given only to authorized distributors of the OEM.
- Response Due: February 6, 2026, at 8:30 PM EST (amended date).
- Published: January 7, 2026 (amendment published).
Key Requirements for Offerors
- OEM Authorization: If not the OEM, offerors must state the OEM (Company Name and CAGE) and provide a signed letter of authorization as a distributor on the OEM's letterhead.
- Repair Process: Vendors must provide an Estimated (EST) repair price for the full effort. A Teardown & Evaluation (TD&E) must be completed within 90/120 days of carcass receipt, followed by a Firm-Fixed Price (FFP) quote for the full repair.
- Repair Turn Around Time (RTAT): Requested RTAT is 90 days. Price reductions will be incurred for failure to meet the required RTAT.
- DPAS Rating: Any awarded contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
- Quote Details: Quotes must include the cost of new (actual or estimated) for evaluation, specify any exceptions (e.g., MIL-STD Packaging), and provide details on TD&E Rate, RTAT, Throughput Constraint, and Induction Expiration Date.
Additional Notes
This solicitation is issued under Emergency Acquisition Flexibilities. All contractual documents will be issued electronically. For inquiries, contact UYENCATHERINE.H.TRAN.CIV@US.NAVY.MIL.