INVERTER MODULE

SOL #: N0010426QSC50Solicitation

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

Other Communications Equipment Manufacturing (334290)

PSC

Legacy Analog Voice Communications Equipment, Hardware, And Software Used To Connect End Users To The Organization's Voice Systems. Includes Analog Transmission And Transport Equipment, Physical Communications Infrastructure Carrying Analog Signals Over Copper Wiring (Outside And Inside Plant), Products And Tools That Enable Or Distribute Voice Services Through On Premise Analog Equipment Including Pbx, Voicemail, And Handsets. (7G20)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 31, 2026
2
Submission Deadline
Apr 14, 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), is soliciting quotes for the repair of INVERTER MODULEs. This opportunity will result in a bilateral award requiring contractor acceptance. Key requirements include a Repair Turnaround Time (RTAT) of 119 days and Government Source Inspection (GSI). Quotes are due by April 14, 2026.

Scope of Work

This solicitation covers the repair of INVERTER MODULEs, ensuring they meet operational and functional requirements per specified Cage Codes and reference numbers (e.g., 7Y193 H459863-1). All repair work must adhere to contractor standard practices, manuals, and approved documents. The contractor is responsible for all inspection and testing, following original manufacturer specifications. Packaging must comply with MIL-STD 2073. The Government intends to add an option for increased quantity.

Contract & Timeline

  • Type: Solicitation for Repair Services (bilateral award)
  • Set-Aside: None specified
  • Response Due: April 14, 2026, 8:30 PM ET
  • Published: March 31, 2026

Key Requirements & Submission

Offerors must provide unit price, total price, and their proposed RTAT. If the proposed RTAT exceeds 119 days, capacity constraints must be explained. Quotes should also include details for items not previously purchased or with increased prices, and a Testing and Evaluation (T&E) fee for Beyond Repair (BR/BER) items. Awardee CAGE and performance location details are required. Only authorized distributors of the original manufacturer's item will be considered, and proof must be submitted with the offer.

Additional Notes

Accelerated delivery is encouraged. All freight is FOB Origin. Freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work. Contact Jamie M. Kershaw at jamie.m.kershaw.civ@us.navy.mil for inquiries.

People

Points of Contact

JAMIE.M.KERSHAW.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Mar 31, 2026
INVERTER MODULE | GovScope