INFOSEC MODULE

SOL #: N0010426QQB05Solicitation

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

Bare Printed Circuit Board Manufacturing (334412)

PSC

Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware (5998)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 1, 2026
2
Submission Deadline
Apr 6, 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 (WSS) Mech, is soliciting quotes for the repair of INFOSEC MODULEs. This Request for Quote (RFQ) requires a Repair Turnaround Time (RTAT) of 82 Days After Return of Asset (DARO) and mandates Government Source Inspection (GSI). The resultant award will be issued bilaterally, requiring contractor acceptance. Quotes are due by April 6, 2026.

Scope of Work

This opportunity covers the repair and associated quality requirements for INFOSEC MODULEs, specifically referencing CAGE codes 1VPW8 with reference numbers 01-P55340R001 and 01-P55804R001. Repairs must adhere to the contractor's standard practices, manuals, and directives, including drawings and technical orders. Items must be marked in accordance with MIL-STD-130, REV N. The contractor is responsible for all inspection requirements and maintaining records for 365 days post-delivery. Packaging must comply with MIL-STD 2073.

Contract & Timeline

  • Type: RFQ for Repair (resultant bilateral award)
  • Set-Aside: None specified
  • Response Due: April 6, 2026, 8:30 PM EDT
  • Published: April 1, 2026
  • Place of Performance: To be determined by awardee

Evaluation & Requirements

Offerors must verify nomenclature, part number, and NSN prior to responding. Quotes must include unit price, total price, and proposed RTAT. If the required RTAT of 82 DARO cannot be met, capacity constraints must be provided. A significant condition is a price reduction per unit/per month for failure to meet the RTAT, unless delays are excusable. Offerors must provide the proposed price reduction amount and maximum. For items not previously purchased by NAVSUP WSS or with increased prices, historical pricing or justification is required. A T&E fee for Beyond Repair (BR/BER) assets will be negotiated, not to exceed a specified amount. Only authorized distributors of the original manufacturer's item will be considered, and proof on company letterhead is required with the offer.

Additional Notes

All freight is FOB Origin, and freight handling is managed by the Navy per the Commercial Asset Visibility (CAV) Statement of Work. The contractor must accurately report all CAV transactions within five business days of physical receipt. Information on obtaining applicable documents (e.g., MIL-STDs, specifications) is provided, including details for classified or restricted documents.

People

Points of Contact

JACOB.T.DAVIS18.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Apr 1, 2026
INFOSEC MODULE | GovScope