ISBC VME120
SOL #: N0010426QQA91Solicitation
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
Original Source
Timeline
1
Posted
Mar 19, 2026
2
Submission Deadline
Apr 3, 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 MECH) has issued a Solicitation for the repair of ISBC VME120 units. This opportunity requires contractors to provide repair services with a Repair Turnaround Time (RTAT) of 78 days and includes Government Source Inspection (GSI). The resultant award will be bilateral, requiring contractor acceptance. Quotes are due by April 3, 2026.
Scope of Work
This solicitation covers the repair and quality assurance requirements for the ISBC VME120. Key aspects include:
- Repair of units to meet operational and functional requirements, specifically for CAGE
0A8J6and Ref. No.H364387-6. - All repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings and technical orders.
- Marking of items in accordance with
MIL-STD-130, REV N, 16 NOV 2012. - Contractor responsibility for all inspection and testing per original manufacturer's specifications.
- Packaging requirements follow
MIL-STD 2073.
Contract Details & Requirements
- Opportunity Type: Solicitation (RFQ for repair)
- Contract Type: Offerors must specify Firm-fixed-Price, Estimated, or Not-to-Exceed (NTE).
- Set-Aside: None specified (Unrestricted).
- Response Due: April 3, 2026, 8:30 PM ET.
- Published: March 19, 2026.
- Delivery: Accelerated delivery is encouraged. All freight is FOB Origin, but freight handling for assets is by the Navy per the Commercial Asset Visibility (CAV) Statement of Work.
- Option Quantity: The Government intends to add an option for increased quantity per FAR 52.217-6.
- Beyond Repair (BR/BER): If an item is determined BR, a reduced contract price (NTE specified by offeror) will be negotiated for evaluation costs.
- Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered. Proof of authorization on company letterhead is required with the offer.
Submission Requirements
Quotes must include:
- Quote Amount and proposed RTAT.
- Unit Price and Total Price.
- Company's capacity constraints if not meeting the 78-day RTAT.
- Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.
- New unit price and delivery lead-time for comparison.
Contact Information
For inquiries, contact MARCUS.A.HILL21.CIV@US.NAVY.MIL or call 717-605-6055.
People
Points of Contact
MARCUS.A.HILL21.CIV@US.NAVY.MILPRIMARY
Files
Files
Versions
Version 1Viewing
Solicitation
Posted: Mar 19, 2026