Electronics Repair Kits for the 2M/MTR Program
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 Naval Undersea Warfare Center, Division, Keyport (NUWCDIVKPT) is conducting market research through a Sources Sought notice for Electronics Repair Kits for the Miniature/Microminiature (2M), Module Test and Repair (MTR) Program. This effort seeks to identify interested parties capable of providing procurement, kitting, and shipping services for equipment, tools, and materials. The government anticipates a Firm Fixed Price (FFP) Supply Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period, awarded based on a Lowest Price Technically Acceptable (LPTA) source selection process. Responses are due March 18, 2026.
Scope of Work
The requirement involves providing kitted items and individual components in accordance with Contract Line Item Numbers (CLINs) specified in Delivery Orders. Key aspects include:
- Procurement, fabrication, assembly, inspection, packaging, and delivery of electronics repair kits.
- Shipping to both Continental U.S. (CONUS) and Outside Continental U.S. (OCONUS) destinations, with the vendor responsible for freight and liability (FOB destination).
- Adherence to specific packaging requirements, including tool foam inserts, conductive boxes, and ruggedized cases.
- Compliance with Hazardous Material (HAZMAT) regulations for relevant items.
- Maintaining electronic copies of shipping documents and providing monthly status reports.
- Managing potential obsolescence of components and submitting substitution requests.
Contract & Timeline
- Type: Sources Sought (Market Research for anticipated FFP Supply IDIQ)
- Anticipated Duration: Five-year ordering period
- Set-Aside: None specified (potential for set-aside based on market research)
- Response Due: March 18, 2026, by 1500 PST
- Published: February 26, 2026
- NAICS: 333992 - Welding and Soldering Equipment Manufacturing
- PSC: 3431 - Electric Arc Welding Equipment
- Incumbent: Linsun Industrial Group, LLC. (IDIQ: N0016422DJM43)
Submission Requirements
Interested parties should provide company information (name, POC, address, email, website, phone, UEI, CAGE, JCP certification, small business status, and recent past performance examples). Additionally, respondents must answer specific questions regarding:
- Company capabilities (interpreting drawings, 2M/MTR knowledge, HAZMAT shipping).
- Necessary modifications to commercial products and their FAR 2.101 commercial product definition compliance.
- Small business status and socio-economic categories.
- Pricing for higher volumes and a five-year contract.
- Potential risks, barriers to proposal submission, and feedback on requirement documents.
Additional Notes
This is for planning purposes only and is not a solicitation. No reimbursement for response costs. The government does not anticipate an Industry Day or releasing a draft RFP. All questions regarding the Sources Sought must be submitted via email to Rekisha Johnson by March 9, 2026.