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, NAVSUP Weapon Systems Support (WSS) Mechanicsburg, is soliciting proposals for the firm fixed-price repair of JUNCTION BOXes. This opportunity requires comprehensive repair services to restore items to "like new" or "A" condition, including teardown, evaluation, inspection, and full repair. Bidders must also provide a "beyond repair (BR)/beyond economic repair (BER)" price. Proposals are due by February 6, 2026.
Scope of Work
This contract covers the full repair of JUNCTION BOXes, designated as Special Emphasis Material (Level I, Scope of Certification, or Quality Assured). The work involves:
- Inspection, teardown, evaluation, and refurbishment.
- Ensuring non-metallic materials meet NAVSEA SS800-AG-MAN-010/P-9290 toxicity and flammability requirements.
- Refurbishment to General Dynamics Electric Boat Division Specification S-5343934-3, Part Number S-5343934-3/1-101, CSD303, and CSD393.
- Adherence to specific thread inspection (FED-STD-H28 series), pressure tolerance, and welding/brazing standards (S9074-AR-GIB-010A/278, 0900-LP-001-7000, S9074-AQ-GIB-010/248).
- Maintaining mercury-free status and strict configuration control, including Engineering Change Proposals (ECPs) and Waivers/Deviations.
Contract & Timeline
- Type: Firm Fixed-Price Repair Purchase Orders (Solicitation)
- Set-Aside: None (Small Business Set-Aside dissolved by amendment)
- Proposal Due: February 6, 2026, 8:30 PM Z
- Published: January 28, 2026
- Delivery: Certification data 20 days prior to delivery; final material delivery 235 days after contract award.
Key Requirements
- Quality System: Contractors must maintain a quality system compliant with ISO-9001 (amplified herein) with ISO-10012 or ANSI-Z540.3 with ISO-17025. An alternate is MIL-I-45208 with MIL-STD-45662.
- Government Quality Assurance: Government Source Inspection (GSI) will be performed at the source, typically by DCMA QARs.
- Traceability & Certification: Strict material traceability (MIL-STD-792) and Objective Quality Evidence (OQE) are required. A comprehensive Certificate of Compliance (Special Emphasis C of C, DI-MISC-80678) is mandatory, including specific details for electrical components and junction boxes.
- Submissions: Welding procedures and qualification data (DI-MISC-80875, DI-MISC-80876) must be submitted for approval within 120 days after contract award. Certification data must be submitted via WAWF to Portsmouth Naval Shipyard.
- Drawings: Restricted access drawings are available on beta.SAM; vendors must email the POC after requesting access.
- Shipping: Government will handle shipping; do not include shipping costs in quotes.
Submission & Contact
Quotes must be firm fixed-price for full repair, including a BR/BER price. All contractual documents are considered "issued" upon transmission by mail, fax, or electronic commerce.
- Contact: Ashton K. Perry, ASHTON.K.PERRY.CIV@US.NAVY.MIL, 717-605-7574.