DISPLAY UNIT

SOL #: N0010426QZA55SolicitationSole Source

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

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Mar 13, 2026
2
Submission Deadline
Apr 13, 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, specifically NAVSUP Weapon Systems Support Mechanicsburg, is seeking a contractor for the repair and refurbishment of a Display Unit, identified as a Fly-By-Wire (FBW) Submarine Flight Critical Component (SFCC). This is a sole source requirement under Emergency Acquisition Flexibilities (EAF), with the resulting Delivery Order placed on BOA N0010422GZD01. The contract will be DO certified for national defense under DPAS. Proposals are due April 13, 2026.

Scope of Work

The scope involves the repair and refurbishment of a Display Unit, which is a critical component for submarine flight control systems. Key tasks include:

  • Inspection, teardown, and evaluation (TD&E) of received carcasses within 45 days.
  • Refurbishment to specific standards (e.g., 96169 EB-4611), ensuring re-useable and non-useable parts are handled according to Technical Data Package (TDP) requirements.
  • Adherence to Electrostatic Discharge Control (MIL-STD-1686) and NAVSEA T9044-AD-MAN-010 for SFCCs.
  • Maintaining total equipment baseline configuration control, including submitting Engineering Change Proposals (ECPs) for Class I or II changes and managing waivers/deviations.
  • Ensuring mercury-free components.
  • Implementing a robust Quality System (MIL-I-45208, MIL-Q-9858, or ISO9001:2008 with calibration system MIL-STD-45662, ISO10012, or ANSI-Z540.3), subject to Government Quality Assurance at source.
  • Maintaining strict material traceability and certification for all SFCCs, including unique marking (SMIC, NSN, Part Number, MIC Number) and 100% inspection.
  • Packaging in accordance with MIL-STD 2073.

Contract & Timeline

  • Type: Firm Fixed Price Repair Purchase Order (Delivery Order against BOA N0010422GZD01)
  • Set-Aside: Sole Source
  • Response Due: April 13, 2026, 8:30 PM EDT
  • Published: March 13, 2026
  • Repair Turnaround Time (RTAT): 180 days after final inspection and acceptance.
  • Payment: Wide Area Work Flow (WAWF) payment instructions apply.

Submission Requirements

Offerors must provide:

  • Estimated (EST) pricing or Firm Fixed Price (FFP).
  • An approximate cost for a new item, if available.
  • A beyond repair/beyond economical repair price.
  • If not the Original End Manufacturer (OEM), state the OEM (Company Name and CAGE) and provide a signed letter of authorization.
  • Quality system procedures (CDRL DI-QCIC-81110) prior to award, or request a waiver if already on file.
  • Certification test report OQE (CDRL DI-MISC-80678) via WAWF.

Additional Notes

This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). Shipping costs should not be included as the government will handle shipping. The contract will utilize Commercial Asset Visibility (CAV).

People

Points of Contact

ROBERT.H.LANGEL.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Mar 13, 2026
DISPLAY UNIT | GovScope