DHA,CONTROL DISPLAY
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, NAVSUP Weapon Systems Support (NAVSUP WSS), is soliciting proposals for the repair, testing, and inspection of DHA,CONTROL DISPLAY units (P/N 88221B-01, NSN 7025 015788588). This is a Solicitation for Firm Fixed Price Repair Purchase Orders. Proposals are due March 26, 2026.
Scope of Work
This opportunity requires contractors to repair, test, and inspect the specified DHA,CONTROL DISPLAY units to return them to a Ready For Issue (RFI) condition. The scope includes inspection, component repair and replacement, reassembly, and testing procedures. Contractors are responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key requirements include:
- Prohibited Materials: Use of MIL-W-81381 wire is prohibited; SAE-AS22759 series wire must be used instead.
- Quality Standards: Contractors must establish and maintain a quality system conforming to ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
- Parts and Materials: Contractors must supply all parts and materials, which must be new per FAR 52.211-5, unless written PCO approval is obtained for other materials or cannibalization.
- Repair Definitions: The SOW defines Overhaul, Repair, Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) procedures, including specific notification and approval processes with DCMA and the PCO.
- Configuration Management: A configuration management plan in accordance with NAVSUP WSS clause NAVICPIA18 is required.
- Repair Source: The specified repair source is ELBITAMERICA INC at 4700 MARINE CREEK PKY, Fort Worth, TX.
Contract & Timeline
- Type: Solicitation for Firm Fixed Price Repair Purchase Orders
- Set-Aside: None specified
- Response Due: March 26, 2026, 8:30 PM EST
- Published: February 24, 2026
- Agency: Dept Of Defense, DEPT OF THE NAVY, NAVSUP WEAPON SYSTEMS SUPPORT
Evaluation
Specific evaluation criteria are not detailed in the provided description, but adherence to all technical, quality, and administrative requirements will be essential.
Additional Notes
Contractors must ensure access to updated drawings and specifications. Any changes to manuals, drawings, specifications, or manufacturing sources/facilities require Government approval. Unapproved changes are at the contractor's risk. Process control documentation, including sequential diagrams and performance specifications, must be prepared and maintained for Government review and approval.