JUNCTION BOX
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 Mechanicsburg, is soliciting proposals for the repair of JUNCTION BOXes (P/N: S-5343934-3/1 Assembly 101). This is a Firm Fixed-Price opportunity requiring repair to "like new" or "A" condition, including teardown, evaluation, and inspection. An amendment has dissolved the previous small business set-aside, making this an unrestricted competition. Proposals are due by February 20, 2026.
Scope of Work
This contract involves the repair of Junction Boxes designated as Special Emphasis Material (Level I, Scope of Certification, or Quality Assured) for crucial shipboard systems, where failure could result in serious injury or loss. Key requirements include:
- Full repair to "like new" or "A" condition, adhering to General Dynamics Electric Boat Division Specification S-5343934-3, Part Number S-5343934-3/1-101, CSD303, and CSD393.
- MIL-DTL-24231 supersedes MIL-C-24231 as referenced in the specification.
- Compliance with toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290 for non-metallic materials.
- Strict thread inspection per FED-STD-H28 series, with internal threads formed by cutting only.
- Adherence to specified pressure and test time tolerances.
- Welding and brazing must follow S9074-AR-GIB-010A/278, 0900-LP-001-7000, or S9074-AQ-GIB-010/248, with procedures requiring prior approval.
- Mercury-free materials are mandatory.
- Configuration control is critical, requiring Engineering Change Proposals (ECPs) for Class I/II changes and Contracting Officer approval for waivers/deviations.
Quality Assurance & Certifications
Offerors must provide and maintain a quality system in accordance with ISO-9001 (amplified by ISO-10012 or ANSI-Z540.3/ISO-17025) or MIL-I-45208 (with MIL-STD-45662). Government Quality Assurance (GQA) at source is required, necessitating DCMA notification. A Certificate of Compliance (C of C) is mandatory for Special Emphasis Material, with specific content requirements for connectors, cables, and junction boxes, including detailed test data. All records must be retained for a minimum of seven years.
Contract & Timeline
- Contract Type: Solicitation (Firm Fixed-Price for repair)
- Product Service Code: 5975 (Electrical Hardware And Supplies)
- Set-Aside: None (Small Business Set-Aside dissolved by amendment)
- Response Due Date: February 20, 2026, 8:30 PM EST
- Published Date: February 12, 2026
- Delivery Schedule: Certification data CDRLs 20 days prior to delivery; PNSY review 18 working days; final material delivery 235 days.
Submission Requirements
Quotes must include a firm fixed price for full repair and a separate Beyond Repair (BR)/Beyond Economic Repair (BER) price. Certification data must be submitted via WAWF (Ship to N50286, Inspect by N39040, Accept by N39040) with email notification to PORT_PTNH_WAWF_Notification@navy.mil. Drawings are restricted access on beta.SAM; email the POC after requesting access. Welding procedures and qualification data require submission for approval within 120 days of award, with approval required prior to any welding.
Contact Information
For inquiries, contact Ashton K. Perry at 717-605-7574 or ashton.k.perry.civ@us.navy.mil.