INDICATOR,COURSE

SOL #: N0010426QUA55Solicitation

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

Search (334511)

PSC

Navigational Instruments (6605)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 31, 2025
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Feb 13, 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 WSS) is soliciting quotes for the repair of INDICATOR,COURSE (NSN 6605-01-187-8089). This opportunity requires authorized repair sources to provide firm-fixed-price (FFP), not-to-exceed (NTE), or estimated (EST) prices for repair services. The solicitation close date has been extended to February 13, 2026.

Scope of Work

This Request for Quote (RFQ) is specifically for the repair of the INDICATOR,COURSE, identified by CAGE 12763 and Reference Number 1878089-1. The repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Key requirements include MIL-STD Packaging, Government Source Inspection, FOB Source, and CAV Reporting. The material supplied must be mercury-free due to its intended use on submarines/surface ships.

Contract & Timeline

  • Type: Request for Quote (RFQ) for Repair Services (resultant award will be bilateral)
  • Set-Aside: None specified; restricted to authorized repair sources
  • Product Service Code: 6605 (Navigational Instruments)
  • Response Due: February 13, 2026, 8:30 PM EST
  • Published: January 30, 2026

Key Requirements

  • Authorized Repair Source: Offerors must be authorized distributors/repair sources of the original manufacturer. Proof of authorization on company letterhead is required with the offer.
  • Repair Turnaround Time (RTAT): A requested RTAT of 150 days after receipt of asset. Contractors must propose their RTAT and a throughput constraint.
  • Price Reduction: A reconciliation price reduction will be applied for failure to meet RTAT, unless due to excusable government delay. Offerors must propose a price reduction amount per unit/per month.
  • Mercury-Free: Strict requirements for mercury-free materials and manufacturing processes.
  • IUID: Must adhere to IUID requirements of DFARS 252.211-7003.

Submission & Evaluation

Quotes, representations, and certifications must be submitted electronically via email to AARON.D.MCFEE.CIV@US.NAVY.MIL. Required quote information includes repair unit price, total price, RTAT, new unit price, T&E fee (if applicable), CAGE codes, cost breakdown, and a minimum 90-day quote expiration date. Quotes limited to test and evaluation (T&E) only will not be accepted; the quoted price must be for the repair of the item(s).

Additional Notes

This amendment extends the solicitation close date and makes no other changes. Accelerated delivery is encouraged.

People

Points of Contact

AARON.D.MCFEE.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 3
Solicitation
Posted: Feb 5, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 30, 2026
Version 1
Solicitation
Posted: Dec 31, 2025
View
INDICATOR,COURSE | GovScope