FUNCTIONALITY MDL 7

SOL #: N0010426QNB08Solicitation

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 Electrical Equipment and Component Manufacturing (335999)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Feb 3, 2026
2
Submission Deadline
Mar 5, 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 (NAVSUP Weapon Systems Support) is soliciting for the repair of the FUNCTIONALITY MDL 7. This requirement is being conducted under Emergency Acquisition Flexibilities (EAF) and is designated as a Total Small Business Set-Aside. The resulting award will be issued bilaterally, requiring written acceptance from the contractor. Proposals are due by March 5, 2026.

Scope of Work

The contractor is responsible for the teardown, evaluation, and repair of the FUNCTIONALITY MDL 7 (associated with CAGE codes 52088, 0ERB9, and 04JN4). Key requirements include:

  • Teardown & Evaluation (TD&E): Must be completed within 90 days of carcass receipt.
  • Repair Quote: A Firm-Fixed Price (FFP) quote for the full repair effort must be submitted following TD&E.
  • Turnaround Time (RTAT): The government requests a 180-day RTAT. Failure to meet the established RTAT will result in price reductions.
  • Technical Standards: Compliance with MIL-STD-130 (Marking) and ANSI/ESD S20.20 (Electrostatic Discharge Control) is mandatory.

Contract & Timeline

  • Type: Bilateral Firm-Fixed Price (FFP)
  • Set-Aside: Total Small Business
  • Priority Rating: DO certified under DPAS
  • Response Due: March 5, 2026
  • Published: February 3, 2026

Evaluation Factors

Evaluation will focus on the offeror's ability to meet technical specifications and the proposed RTAT. If the offeror is not the Original End Manufacturer (OEM), they must provide a signed letter of authorization on the OEM's letterhead.

Additional Notes

Offerors must include estimated repair prices and the cost of new items for evaluation purposes. All assets must obtain final government inspection and acceptance within the contracted RTAT.

People

Points of Contact

NARYAN.SMITH.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Feb 3, 2026
FUNCTIONALITY MDL 7 | GovScope