DCC CARD W/0 PROM

SOL #: N0010425QCB80Solicitation

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

Bare Printed Circuit Board Manufacturing (334412)

PSC

Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware (5998)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 18, 2026
2
Submission Deadline
Apr 10, 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), has issued a solicitation for the repair of DCC CARD W/0 PROM units. This requirement is issued under Emergency Acquisition Flexibilities (EAF), encouraging accelerated delivery. The Government is seeking a Repair Turnaround Time (RTAT) of 229 days. Quotes are due by April 10, 2026.

Scope of Work

This solicitation covers the repair and associated quality requirements for DCC CARD W/0 PROM units (quantity 3 each). All repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Key requirements include:

  • Meeting operational and functional requirements as represented by specified Cage Code/Reference Number (04804, 2055F23G06).
  • Physical identification in accordance with MIL-STD-130, REV N.
  • Contractor responsibility for all inspection and testing per original manufacturer's specifications.
  • Government Source Inspection (GSI) is required.
  • Freight is FOB Origin, with the Navy handling freight as per the Commercial Asset Visibility (CAV) Statement of Work.

Contract & Timeline

  • Type: Solicitation (resultant award will be bilateral, requiring contractor acceptance). Offerors must specify Firm-fixed-Price, Estimated, or Not-to Exceed (NTE).
  • Response Due: April 10, 2026, at 8:30 PM ET.
  • Published: March 18, 2026.
  • Set-Aside: None specified.

Submission Requirements & Evaluation

Quotes must include unit price, total price, and proposed Repair Turnaround Time (RTAT). If the proposed RTAT exceeds 229 days, offerors must provide capacity constraints. A price reduction clause will be applied for unexcusable delays in meeting the RTAT, with offerors required to state their proposed reduction amount per unit/per month, up to a maximum. Offerors must also provide:

  • Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.
  • T&E fee/price if an asset is determined Beyond Repair (BR/BER), with a negotiated reduced contract price not-to-exceed a specified amount.
  • New unit price and delivery lead-time for comparison. Important: Only authorized distributors of the original manufacturer's item will be considered. Proof of authorized distributorship on company letterhead, signed by a responsible official, must be submitted with the offer.

Additional Notes

This solicitation is subject to Emergency Acquisition Flexibilities. Accelerated delivery is encouraged. MIL-STD 2073 packaging applies. Information on obtaining applicable documents is provided.

People

Points of Contact

JACLYN.I.PHILLIPS.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 1Viewing
Solicitation
Posted: Mar 18, 2026
DCC CARD W/0 PROM | GovScope