METER,REMOTE READOU

SOL #: N0010426QFC74Solicitation

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

Instruments and Related Products Manufacturing for Measuring (334513)

PSC

Pressure, Temperature, And Humidity Measuring And Controlling Instruments (6685)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
May 27, 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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting proposals for the repair of METER,REMOTE READOU units. This opportunity is structured as Firm Fixed Price Repair Purchase Orders and is a Total Small Business Set-Aside. The material is designated as "SPECIAL EMPHASIS" due to its critical use in shipboard systems. Quotes are due by May 27, 2026.

Scope of Work

This requirement involves the full repair of METER,REMOTE READOU items to "like new" or "A" condition. The scope includes teardown, evaluation, inspection, and refurbishment. Key aspects of the repair process include:

  • Inspection: Clean and determine refurbishment feasibility.
  • Parts: Re-useable parts may be utilized; non-useable parts must be replaced in accordance with the contract and military specifications.
  • Refurbishment: Must comply with NAVSEA drawing 7064174, item 72, and Contract Support Library Reference Number CSD168.
  • Marking: Physical identification in accordance with MIL-STD-130.
  • Configuration Control: Contractor must maintain the total equipment baseline configuration. Waivers/Deviations and Engineering Change Proposals (ECPs) require specific submission processes via ECDS.
  • Quality Assurance: Adherence to specific quality notes for DCMA QAR and the Contractor, especially for proprietary designs.
  • Mercury Free: No mercury or mercury-containing compounds are to be intentionally added or come into direct contact with hardware.
  • Packaging: MIL-STD 2073 applies.

Contract & Timeline

  • Type: Firm Fixed Price Repair Purchase Orders
  • Set-Aside: Total Small Business
  • Response Due: May 27, 2026, 8:30 PM EST
  • Published: February 26, 2026
  • Warranty: One year / 365 days after the date of last delivery.
  • Payment: Wide Area Workflow (WAWF) payment instructions apply. Prompt Payment constructive acceptance is changed from 7 to 45 days.
  • Delivery: Final Return to Asset Time (RTAT) is 150 days.
  • DPAS: Any awarded contract will be DO certified for national defense under the Defense Priorities and Allocations System.

Evaluation

Quotes must be firm fixed price for the full repair. Additionally, a Beyond Repair (BR)/Beyond Economic Repair (BER) price must be provided. Shipping costs are not to be included as the government will use its own shipping system (ATAC).

Additional Notes

Drawings associated with this solicitation are restricted access on SAM.gov. Interested vendors must request access and then email the listed Point of Contact (POC) to inform them of the request. The material is considered "SPECIAL EMPHASIS" due to its crucial role in shipboard systems, requiring special control procedures. The contract utilizes Commercial Asset Visibility (CAV).

People

Points of Contact

ASHTON.K.PERRY.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 3
Solicitation
Posted: Mar 10, 2026
View
Version 2
Solicitation
Posted: Mar 2, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 26, 2026
METER,REMOTE READOU | GovScope