IP DETECT GATEWAY
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, NAVSUP Weapon Systems Support (WSS) Mech, is soliciting quotes for the repair of IP DETECT GATEWAY units (Product Service Code: 7G20 - Legacy Analog Voice Communications Equipment). This Request for Quote (RFQ) seeks to establish a bilateral award for repair services, with a required Repair Turnaround Time (RTAT) of 119 days. Quotes are due by February 25, 2026.
Scope of Work
This opportunity covers the repair and associated quality requirements for the IP DETECT GATEWAY (CAGE 3C854, Ref. No. IPBL1-AA). Repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Items must meet original operational and functional requirements.
Contract & Timeline
- Type: Solicitation (RFQ for Repair Services)
- Award Type: Bilateral award, requiring contractor's signed acceptance.
- Duration: Includes an option for increased quantity.
- Set-Aside: None specified. Award consideration is limited to authorized distributors of the original manufacturer.
- Response Due: February 25, 2026, 8:30 PM UTC
- Published: February 5, 2026
Key Requirements & Submission Details
Offerors must verify nomenclature, part number, and NSN prior to responding. Quotes must include unit price, total price, and proposed RTAT. If the proposed RTAT exceeds 119 days, offerors must provide capacity constraints. Government Source Inspection (GSI) is required, and freight will be handled by the Navy per the Commercial Asset Visibility (CAV) Statement of Work. Additional information is required for items not previously purchased by NAVSUP WSS or if prices have increased, including NSN of similar items or invoices. A Testing & Evaluation (T&E) fee for Beyond Repair (BR/BER) items should also be quoted. Offerors must provide proof of being an authorized distributor with their offer.
Quality Assurance & Packaging
The contractor is responsible for all inspection requirements and must maintain records for 365 days. Inspection and testing of repaired items must follow the original manufacturer's specifications and drawings. Packaging shall be in accordance with MIL-STD 2073.
Additional Notes
This solicitation includes various clauses such as ITEM UNIQUE IDENTIFICATION AND VALUATION, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS, BUY AMERICAN, and NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS. Accelerated delivery is encouraged. For questions, contact Nicole Diehl at NICOLE.A.DIEHL.CIV@US.NAVY.MIL or 771-229-0419.