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 and refurbishment of JUNCTION BOXes. This opportunity is for Special Emphasis Material used in crucial shipboard systems, requiring high-level quality assurance. The solicitation, originally a small business set-aside, has been amended to be Unrestricted. Proposals are due by January 30, 2026.
Scope of Work
This contract requires the full repair of JUNCTION BOXes to "like new" or "A" condition, including teardown, evaluation, and inspection. Bidders must provide a firm fixed price for the full repair and a separate price for items deemed Beyond Repair (BR) or Beyond Economic Repair (BER). Shipping costs are excluded as the government will use its own shipping system. The work involves material designated as Level I, Scope of Certification, or Quality Assured, with strict controls to ensure correct material. Non-metallic materials must satisfy NAVSEA SS800-AG-MAN-010/P-9290 toxicity and flammability requirements.
Contract & Timeline
- Type: Solicitation for Firm Fixed Price Repair Purchase Orders
- Set-Aside: Unrestricted (originally Total Small Business, dissolved by amendment)
- Proposal Due: January 30, 2026, 21:30 UTC
- Published: January 5, 2026
- Product Service Code: 5975 (Electrical Hardware And Supplies)
Key Requirements
Contractors must adhere to stringent quality system requirements, including ISO-9001 (or MIL-I-45208 as an alternate) and calibration systems per ISO-10012 or ANSI-Z540.3 with ISO-17025 (or MIL-STD-45662). Government Quality Assurance (GQA) will be performed at the source, typically by DCMA. Traceability of materials and Objective Quality Evidence (OQE) is critical, with markings per MIL-STD-792. All test certifications must be positive and unqualified. Specific requirements apply to connectors, cables, and junction boxes, including First Article Inspection for repaired cables. Certification data must be submitted via WAWF to Portsmouth Naval Shipyard (Ship to: N50286, Inspect by: N39040, Accept by: N39040). Welding procedures and qualification data must be submitted for approval within 120 days after contract award.
Additional Notes
Drawings associated with this solicitation are restricted access on the beta.SAM website; interested vendors must request access and then email the Point of Contact (POC) to inform them of the request. The contract utilizes Commercial Asset Visibility (CAV). Contact Ashton K. Perry at ashton.k.perry.civ@us.navy.mil or 717-605-7574 for inquiries.