ELECTRONIC COMPONEN
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 MECH is soliciting quotes for the repair of ELECTRONIC COMPONEN. This Request for Quote (RFQ) seeks a 78-day Repair Turnaround Time (RTAT) and requires Government Source Inspection (GSI). The resultant award will be issued bilaterally, requiring contractor acceptance. Responses are due by May 5, 2026.
Scope of Work
This opportunity covers the repair of ELECTRONIC COMPONEN (specifically CAGE 7Y193, Ref. No. H420716-1). All repair work must adhere to the contractor's standard practices, manuals, directives, drawings, technical orders, and approved repair standards. The Government is seeking a Repair Turnaround Time (RTAT) of 78 days, measured from asset return to acceptance. Marking of items must comply with MIL-STD-130, REV N. Packaging requirements are in accordance with MIL-STD 2073.
Contract & Timeline
- Opportunity Type: Solicitation (RFQ)
- Award Type: Bilateral contract, requiring contractor's signed acceptance.
- Pricing: Quotes must include Unit Price, Total Price, and proposed RTAT. Offerors should indicate if pricing is Firm-fixed-Price, Estimated, or Not-to-Exceed (NTE).
- Options: The Government intends to include an option for increased quantity.
- Set-Aside: None specified.
- Response Due: May 5, 2026, 8:30 PM UTC.
- Published: May 6, 2026 (This notice includes an amendment adding clause 52.222-90).
Key Requirements
- Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered for award. Proof of authorization on company letterhead is required with the offer.
- Beyond Repair (BR/BER): If an asset is determined Beyond Repair, a T&E fee/price should be provided. The contracting officer will negotiate a reduced contract price, not-to-exceed a specified amount, if costs were incurred during evaluation.
- Pricing Justification: For items not previously purchased by NAVSUP WSS or with increased prices, provide the NSN of a similar item, a redacted invoice, or the basis of pricing.
- Basic Ordering Agreement (BOA): If an existing BOA is in place, its terms and conditions are incorporated by reference.
- Inspection: The contractor is responsible for all inspection requirements, with Government Source Inspection (GSI) also required.
Additional Notes
All freight is FOB Origin, though freight handling is managed by the Navy per the Commercial Asset Visibility (CAV) Statement of Work. Offerors must verify nomenclature, part number, and NSN prior to responding. Accelerated delivery is encouraged at no additional cost. The primary contact for this opportunity is JAMIE.M.KERSHAW.CIV@US.NAVY.MIL (Phone: 717-605-3233).