MODEM,COMMUNICATION
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 has issued a Solicitation for the repair, overhaul, upgrade, testing, and inspection of MODEM,COMMUNICATION units (P/N 1000203161, NSN 5895 017106064). This is an unrestricted opportunity. Proposals are due February 13, 2026.
Scope of Work
The contractor will be responsible for the overhaul, upgrade, repair, testing, and inspection of communication modems to return them to a Ready For Issue (RFI) condition. This includes disassembling, cleaning, inspecting, repairing, reassembling, and testing units in accordance with specified drawings and repair manuals. The contractor must provide all necessary facilities, labor, materials, parts, and test/tooling equipment. All parts and materials must be new, per FAR 52.211-5, unless specifically approved by the PCO. Cannibalization is generally not authorized without explicit approval.
Contract & Timeline
- Type: Solicitation (Firm Fixed Price expected)
- Set-Aside: None (Unrestricted)
- Response Due: February 13, 2026, 8:30 PM EST
- Published: January 15, 2026
Evaluation & Requirements
Award requires Government Source Approval prior to award. Offerors not currently approved sources must submit detailed information as outlined in the NAVSUP WSS Source Approval Brochure (available at https://www.navsup.navy.mil/public/navsup/wss/business_opps/ under "COMMODITIES"). Failure to provide required source approval data will result in non-consideration. The contractor must maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1. Specific procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are detailed. The current identified repair source is L3 Harris Technologies, D/B/A COMMUNICATION SYSTEMS-WEST, Salt Lake City, UT (CAGE 06401).
Submission Instructions
Quotes must be submitted via email to TAYLOR.C.KILKENNY.CIV@US.NAVY.MIL by the due date. If a Firm Fixed Price cannot be determined, the PCO should be informed.