CONVERTER,FREQUENCY

SOL #: N0010426QSC46Solicitation

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

Other Communications Equipment Manufacturing (334290)

PSC

Legacy Analog Voice Communications Equipment, Hardware, And Software Used To Connect End Users To The Organization's Voice Systems. Includes Analog Transmission And Transport Equipment, Physical Communications Infrastructure Carrying Analog Signals Over Copper Wiring (Outside And Inside Plant), Products And Tools That Enable Or Distribute Voice Services Through On Premise Analog Equipment Including Pbx, Voicemail, And Handsets. (7G20)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 31, 2026
2
Submission Deadline
Apr 14, 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 (WSS) Mechanicsburg, has issued a Request for Quotation (RFQ) for the repair of CONVERTER,FREQUENCY units. This opportunity seeks qualified contractors to perform repairs with a required Repair Turnaround Time (RTAT) of 200 days. The resultant award will be issued bilaterally, requiring contractor acceptance. Quotes are due by April 14, 2026.

Scope of Work

This solicitation covers the repair of CONVERTER,FREQUENCY units, specifically referencing CAGE 7Y193, Ref. No. H346667-1. Repairs must meet operational and functional requirements, adhering to the contractor's standard practices, manuals, and directives. Key requirements include:

  • Government Source Inspection (GSI) is required.
  • Mercury-Free materials are mandatory for items intended for submarines/surface ships, with strict contamination protocols.
  • Marking in accordance with MIL-STD-129.
  • Quality Assurance: Contractor is responsible for all inspection and testing per original manufacturer's specifications, maintaining records for 365 days post-delivery.
  • Packaging: In accordance with MIL-STD 2073.

Contract & Timeline

  • Type: Solicitation (RFQ for repair, leading to a bilateral award).
  • Set-Aside: None specified.
  • Response Due: April 14, 2026, 8:30 PM EDT.
  • Published: March 31, 2026.
  • Option: The Government intends to add an option for increased quantity.

Submission Requirements

Quotes must include:

  • Quote Amount and RTAT: Unit Price, Total Price, and proposed Repair Turnaround Time (RTAT) in days. Contractors not meeting the 200-day RTAT must provide capacity constraints.
  • Pricing Details: If not previously purchased by NAVSUP WSS or if prices increased, provide NSN of similar items, invoices (redacted), or basis for pricing.
  • Testing & Evaluation (T&E) Fee: For items determined Beyond Repair (BR/BER), a negotiated T&E fee (not-to-exceed) is required.
  • Awardee Information: CAGE code for awardee, inspection & acceptance, and facility/subcontractor.
  • Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered; proof on company letterhead is required with the offer.

Additional Notes

All freight is FOB Origin, with the Navy handling freight per the Commercial Asset Visibility (CAV) Statement of Work. Accelerated delivery is encouraged. Various clauses are incorporated, including Buy American, Small Business Subcontracting Plan, and mandatory use of Workflow Pro (WFP) Mod Assist Module.

People

Points of Contact

JAMIE.M.KERSHAW.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Mar 31, 2026
CONVERTER,FREQUENCY | GovScope