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 Mechanicsburg, is soliciting a sole source requirement for the repair and refurbishment of a DISPLAY UNIT, identified as a Fly-By-Wire (FBW) Submarine Flight Critical Component (SFCC). This critical component is used in shipboard systems for Virginia, Seawolf, and Columbia Class submarines. The resulting Delivery Order will be placed on BOA N0010422GZD01, and the requirement is pursuant to Emergency Acquisition Flexibilities (EAF). Quotes are due by April 13, 2026.
Scope of Work
The scope involves the refurbishment of DISPLAY UNITS, including comprehensive inspection, teardown, and evaluation (TD&E) within 45 days of carcass receipt. The contractor must submit a Firm-Fixed Price (FFP) quote for the full repair effort. Key requirements include:
- Refurbishment: To specification 96169 EB-4611-1, ensuring traceability of identifying markings.
- Quality Assurance: Compliance with MIL-STD-1686 for electrostatic discharge control, NAVSEA T9044-AD-MAN-010 for submarine FBW ship control systems, and a quality system per MIL-I-45208, MIL-Q-9858, or ISO9001:2008.
- Configuration Control: Maintaining total equipment baseline configuration, with waivers/deviations and Engineering Change Proposals (ECPs) requiring specific approval processes.
- Material Requirements: Mercury-free components, strict traceability and certification for SFCC materials, including unique SMIC and MIC markings.
- Inspection: 100% inspection for traceability marking and material sampling for form, fit, and function. Government Quality Assurance at source is required.
- Government Furnished Material (GFM/GFE): Documented control procedures for receipt, inspection, storage, and reporting of GFM/GFE.
- Packaging: In accordance with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation for a Delivery Order (Sole Source)
- Contract Vehicle: 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 receipt of carcass(es).
Submission Requirements
Offerors must submit estimated (EST) pricing or Firm Fixed Price (FFP), an approximate cost of a new item if available, and a beyond repair/beyond economical repair price. If not the Original End Manufacturer (OEM), the OEM must be stated, and a signed letter of authorization as a distributor provided. Shipping costs should not be included. Commercial Asset Visibility (CAV) will be utilized.
Additional Notes
This contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Data Item A001 and A002 (Inspection and Test Plan) may be waived if already on file. All contractual documents are considered "issued" upon electronic transmission.