COMMUNICATIONS BAR
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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, has issued a Solicitation for the repair of COMMUNICATIONS BAR units. This requirement is pursued under Emergency Acquisition Flexibilities (EAF) and will result in a bilateral award. Offerors must provide an estimated repair price and a Firm-Fixed Price (FFP) quote after a Teardown & Evaluation (TD&E) period. Responses are due by April 10, 2026, at 8:30 PM UTC.
Scope of Work
This opportunity covers the repair and quality assurance for COMMUNICATIONS BAR units. Key requirements include:
- Meeting operational and functional specifications for CAGE Code 96169 and Reference Number EB-4969-1-V5.
- Performing repairs in accordance with the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards.
- Marking: Items must be physically identified per MIL-STD-130, REV N, 16 NOV 2012.
- Design Changes: Any changes in design, material, servicing, or part number require prior approval from the NAVICP-MECH Contracting Officer, except for Code 1 part number changes where parts are identical.
- Mercury-Free Requirement: Material supplied must be free from metallic mercury and contamination, particularly for submarine/surface ship use. Strict protocols apply if mercury is functionally required, including written approval and warning plates. Subcontractor compliance is mandatory.
Contract & Timeline
- Type: Solicitation (leading to a bilateral award)
- Set-Aside: None specified
- Response Due: April 10, 2026, 8:30 PM UTC
- Published: March 6, 2026, 9:22 AM UTC
- Priority Rating: Any contract awarded will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
Key Requirements & Submission
- Repair Process: Offerors must provide an estimated repair price for the full effort. After receipt of carcass(es), vendors have 90 days to complete a Teardown & Evaluation (TD&E) and submit a Firm-Fixed Price (FFP) quote.
- Pricing: Quotes must include the cost of new (actual or estimated) for evaluation purposes.
- Repair Turn Around Time (RTAT): The requested RTAT is 121 days. Price reductions will be incurred for failure to meet the required RTAT. Quotes must reference proposed RTAT and any capacity constraints.
- OEM/Distributor: If the offeror is not the Original End Manufacturer (OEM), they must state the OEM (Company Name and CAGE) and provide a signed letter of authorization as a distributor on the OEM's letterhead.
- Packaging Facility: If different from the Offeror's address, the Name, Street Address, and CAGE of the packaging facility must be provided.
- Exceptions: Quotes should specify any exceptions to solicitation requirements (e.g., MIL-STD Packaging, Labeling, Inspection & Acceptance locations, Packaging House, surplus materials).
- Quality Assurance: The contractor is responsible for all inspection and testing per original manufacturer's specifications and maintaining records for 365 days.
- Packaging: MIL-STD 2073 packaging applies.
Contact Information
For inquiries, contact UYENCATHERINE.H.TRAN.CIV@US.NAVY.MIL or call 717-605-6805.