DISPLAY UNIT
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, is soliciting proposals for the repair, testing, and inspection of DISPLAY UNITS (P/N 88221B-03, NSN 7025 016653262). This opportunity requires contractors to return units to a serviceable, Ready For Issue (RFI) condition. Proposals are due March 26, 2026.
Scope of Work
This Statement of Work (SOW) establishes criteria for the repair, testing, and inspection of DISPLAY UNITS. The effort 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:
- Prohibition: Use of MIL-W-81381 wire is prohibited; SAE-AS22759 series wire must be used instead.
- Standards: Compliance with IPC/EIAJ-STD-001C (if MIL-STD-454 is referenced), ISO 9001/SAE AS9100 for quality, and ANSI/NCSL Z540.3 for calibration.
- Definitions: Detailed procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are provided, requiring DCMA and PCO concurrence.
- Parts & Materials: Contractor is responsible for supplying all parts and materials, which must be new (FAR 52.211-5) unless PCO-approved. Cannibalization is generally not authorized without specific approval.
- Configuration Management: Contractors must maintain a CM plan per NAVICPIA18 and obtain PCO approval for changes to manuals, drawings, specifications, or repair sources/facilities.
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.
Key Requirements
- Quality Program: Establish and maintain a quality system conforming to ISO 9001/SAE AS9100.
- Calibration System: Maintain a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
- Repair Source: The contractor must perform all repairs/upgrades at the facility identified within this SOW, which specifies ELBITAMERICA INC at 4700 MARINE CREEK PKY, FORT WORTH, TX 76136-6969 (Cage Code: 0WEC9) for the DISPLAY UNIT.
- Documentation: Contractors must prepare and maintain repair procedures and test/inspection information for Government review and approval.
- Packaging: MIL-STD 2073 packaging applies.
Additional Notes
This opportunity includes clauses for Item Unique Identification and Valuation, Wide Area Workflow Payment Instructions, Buy American, and Security Prohibitions.