INDICATOR,FAULT LOC
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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting quotes for the REPAIR of INDICATOR,FAULT LOC (Product Service Code 6625). This is an RFQ that will result in a bilateral, firm-fixed-price (FFP), not-to-exceed (NTE), or estimated (EST) price award. Quotes are due by May 5, 2026, at 4:30 PM Local Time.
Scope of Work
This opportunity requires the repair of the INDICATOR,FAULT LOC to meet operational and functional requirements, adhering to MIL-STD-130, REV N for marking. All repair work must follow the contractor's standard practices, manuals, and directives. Key requirements include:
- Repair Turnaround Time (RTAT): 603 days after receipt of asset. A price reduction will be applied for failure to meet RTAT due to inexcusable contractor delay.
- Throughput Constraint: Contractors must specify a monthly throughput for repaired assets.
- Induction Expiration Date: 180 days after contract award date.
- Quality Assurance: Contractor is responsible for all inspection requirements and compliance, maintaining records for 365 days post-delivery.
- Packaging: MIL-STD 2073 packaging applies.
- Changes in Design: Requires approval from the NAVICP-MECH Contracting Officer.
Contract & Timeline
- Type: Request for Quote (RFQ) leading to a bilateral award (FFP, NTE, or EST).
- Set-Aside: None specified.
- Response Due: May 5, 2026, 4:30 PM Local Time.
- Published: April 30, 2026.
Evaluation & Submission Requirements
Only quotes from authorized repair sources will be accepted; award will not be delayed for unauthorized sources to obtain authorization. Quotes limited to test and evaluation (T&E) will not be accepted. Electronic submissions should be sent to RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL. Required quote information includes:
- Repair unit price, total price, and proposed RTAT.
- New unit price and T&E fee (if asset is determined Beyond Repair/Economical Repair).
- CAGE codes for award, inspection/acceptance, facility/subcontractor, and packaging.
- Cost breakdown (if feasible) and a quote expiration date (minimum 90 days).
- Delivery Vehicle (if applicable).
Additional Notes
This solicitation incorporates several clauses, including ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023), WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023), NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025), and the recently added FAR clause 52.222-90, "Addressing DEI Discrimination by Federal Contractors (DEV 2026-00038) (APR 2026)". Accelerated delivery is encouraged. Offerors must verify nomenclature, part number, and NSN prior to responding. Consideration for award will only be given to authorized distributors of the original manufacturer's item; proof of authorization is required with the offer.