CONTROLLER,ELECTRIC
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's NAVSUP Weapon Systems Support is soliciting competitive, firm fixed unit price quotes for the repair of CONTROLLER,ELECTRIC (P/N 3299-400, NSN 6110016281777), a commercial item for the P8 aircraft. This opportunity is a Total Small Business Set-Aside. Quotes are due by February 23, 2026, at 8:30 PM EST.
Scope of Work
This solicitation covers the repair and overhaul of the specified electrical controller. The work includes inspection, component repair and replacement, reassembly, and testing to return units to a Ready For Issue (RFI) condition. Repairs must adhere to MAG AEROSPACE INDUSTRIES INC drawing number 29780, 3299-400, Revision LATEST, and comply with MIL-STD-130 markings.
Only Original Equipment Manufacturers (OEM), aircraft primes, or suppliers providing Federal Aviation Administration (FAA)-Certified parts with an FAA Form 8130-3 Airworthy Approval Tag from certified repair stations (14 CFR Part 145) are authorized to perform these repairs. The contractor is responsible for all necessary manufacturing aids, parts, and materials, which must be new per FAR 52.211-5. Cannibalization is generally not authorized without specific NAVSUP WSS approval.
Key requirements include a 90-day Repair Turnaround Time (RTAT) after asset receipt, and a throughput constraint to be specified by the contractor. The induction expiration date is 365 days after contract award. The contractor must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system per ANSI/NCSL Z540.3 or ISO-10012-1. Procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are detailed.
Contract & Timeline
- Type: Firm Fixed Unit Price (single award anticipated)
- Set-Aside: Total Small Business
- Proposal Due: February 23, 2026, 8:30 PM EST
- Published: January 23, 2026
- Induction Expiration: 365 days after contract award
Evaluation
Award will be made to the eligible, responsible quoter whose submission is technically acceptable and determined most advantageous to the Government. Evaluation factors are price and delivery. If only one acceptable quote is received, competitive procedures may shift to sole source negotiations. Early and incremental deliveries are accepted.
Submission Instructions
Quotes must be emailed to JACK.W.MCLAUGHLIN6.CIV@US.NAVY.MIL by the closing date and time. Late quotes will not be considered.