DISPLAY,MINI-STATIO
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 seeking a sole source contractor for the repair and refurbishment of "DISPLAY,MINI-STATIO" units. These units are designated as Fly-By-Wire Submarine Flight Critical Components (SFCC), requiring stringent quality control and traceability. This is a Delivery Order to be placed on BOA N0010422GZD01. Proposals are due March 10, 2026.
Scope of Work
The contractor will perform inspection, teardown, evaluation (TD&E), and refurbishment of the mini-station displays. Key requirements include:
- Recording identifying markings and maintaining traceability throughout refurbishment.
- Refurbishing items to meet specification 96169 EB-5543, with additional SOW requirements for failure analysis on specific units (e.g., SN C1401447 for SSN-799).
- Complying with electrostatic discharge control (MIL-STD-1686) and NAVSEA T9044-AD-MAN-010 for Submarine Fly-By-Wire Ship Control Systems.
- Maintaining total equipment baseline configuration and submitting Engineering Change Proposals (ECPs) for Class I or II changes.
- Ensuring mercury-free components.
Quality Assurance & Inspection
Contractors must provide and maintain a quality system in accordance with MIL-I-45208, MIL-Q-9858, or ISO9001:2008, with calibration systems per MIL-STD-45662, ISO10012, or ANSI-Z540.3. Government Quality Assurance will be performed at the source. Strict traceability and certification requirements for SFCC materials are mandated, including unique Material Identification and Control (MIC) numbers and 100% inspection for form, fit, function, and legible marking. Certification test reports (OQE) must be maintained and submitted via WAWF.
Contract & Timeline
- Type: Solicitation (Sole Source Delivery Order)
- Base Agreement: BOA N0010422GZD01
- Pricing: Estimated (EST) or Firm Fixed Price (FFP) for repair, plus a beyond repair/economical repair price.
- Repair Turnaround Time (RTAT): 180 Days after receipt of carcass(es).
- Response Due: March 10, 2026, 8:30 PM EST
- Published: March 5, 2026
Additional Notes
This contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). If the offeror is not the Original End Manufacturer (OEM), a signed letter of authorization from the OEM is required. Commercial Asset Visibility (CAV) will be utilized. Shipping costs for material will be handled by the government's shipping system or ATAC.