CONTROL PANEL

SOL #: N0010426QTA05Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Hardware Manufacturing (332510)

PSC

Hardware (5340)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 13, 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 MECH) has issued a Solicitation for the repair of CONTROL PANELs. This opportunity requires a Repair Turnaround Time (RTAT) of 100 days and mandates Government Source Inspection (GSI). The solicitation was amended to update the Technical Data Package (TDP) and extend the response deadline. Quotes are due by March 13, 2026.

Scope of Work

This Request for Quote (RFQ) covers the repair of CONTROL PANELs (CAGE 0ERB9, Ref. No. 8501484-1; CAGE 7Z941, Ref. No. 8501484-1). Repair work must meet operational and functional requirements, adhering to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Items must be marked in accordance with MIL-STD-130, REV N. Any changes in design, material, servicing, or part number require prior approval from the NAVICP-MECH Contracting Officer, following specific coding for different change types.

Contract Details

The resultant award will be issued bilaterally. Offerors must verify nomenclature, part number, and NSN. The contract type will be Firm-Fixed-Price, Estimated, or Not-to-Exceed (NTE), to be selected by the offeror. The Government intends to include an option for increased quantity. Failure to meet the required RTAT will incur a price reduction per unit/per month, up to a specified maximum, for unexcusable contractor delays. Accelerated delivery is encouraged.

Key Requirements & Submission

  • Repair Turnaround Time (RTAT): 100 days, measured from physical receipt of the F-condition asset at the contractor's facility. Offerors unable to meet this RTAT must provide capacity constraints.
  • Government Source Inspection (GSI): Required.
  • Freight: FOB Origin, handled by the Navy per the Commercial Asset Visibility (CAV) Statement of Work.
  • Quote Information: Must include Unit Price, Total Price, RTAT, Return Material Authorization # (if applicable), Delivery Vehicle, T&E fee/price if asset is Beyond Repair (BR/BER), Awardee CAGE, Inspection & Acceptance CAGE, Facility/Subcontractor CAGE, New unit price, and New unit delivery lead-time for comparison.
  • Quality Assurance: Contractor is responsible for all inspection requirements, compliance, and maintaining records for 365 days after final delivery. Inspection and testing of repaired items must follow original manufacturer's specifications.
  • Packaging: MIL-STD 2073 applies.
  • Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered for award; proof on company letterhead is required with the offer.

Timeline & Contact

People

Points of Contact

VALENTINO.P.ARENA.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2
Solicitation
Posted: Mar 13, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 18, 2026
CONTROL PANEL | GovScope