DHA,CONTROL DISPLAY

SOL #: N0038326QHA36Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Feb 24, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 16, 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, has issued a Solicitation for the repair, testing, and inspection of DHA, CONTROL DISPLAY units. This opportunity, identified as a Firm Fixed Price Repair Purchase Order, requires contractors to restore these units to a Ready For Issue (RFI) condition. The response deadline is March 16, 2026.

Scope of Work

This Statement of Work (SOW) outlines the criteria for the repair, testing, and inspection of the subject item, specifically DHA, CONTROL DISPLAY (P/N 88221B-01, NSN 7025 015788588). The contractor is responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key aspects include:

  • Repair and Overhaul: Disassembly, cleaning, inspection, component repair/replacement, reassembly, and testing according to approved manuals.
  • Material Requirements: All parts and materials must be new (per FAR 52.211-5), unless PCO approval is obtained for alternatives. The use of MIL-W-81381 wire is prohibited; SAE-AS22759 series wire must be used instead.
  • Quality Control: 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.
  • Specific Conditions: Procedures are defined for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, requiring specific government approvals.

Contract & Timeline

  • Type: Firm Fixed Price Repair Purchase Orders (Solicitation)
  • Set-Aside: None specified
  • Response Due: March 16, 2026, 8:30 PM EST
  • Published: March 16, 2026, 11:48 AM EST

Key Requirements

  • Contractor must maintain a configuration management plan per NAVSUP WSS clause NAVICPIA18.
  • The specified repair source is ELBITAMERICA INC at 4700 MARINE CREEK PKY, FORT WORTH, TX.
  • Packaging must comply with MIL-STD 2073.

Contact Information

For inquiries, contact SOPHIA.J.NOEL.CIV@US.NAVY.MIL or call 215-697-4313.

People

Points of Contact

SOPHIA.J.NOEL.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 2Viewing
Solicitation
Posted: Mar 16, 2026
Version 1
Solicitation
Posted: Feb 24, 2026
View
DHA,CONTROL DISPLAY | GovScope