MODULATOR SUBASSEMB
SOL #: N0010424QND95Solicitation
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
Other Communications Equipment Manufacturing (334290)
PSC
Legacy Analog Voice Communications Equipment, Hardware, And Software Used To Connect End Users To The Organization's Voice Systems. Includes Analog Transmission And Transport Equipment, Physical Communications Infrastructure Carrying Analog Signals Over Copper Wiring (Outside And Inside Plant), Products And Tools That Enable Or Distribute Voice Services Through On Premise Analog Equipment Including Pbx, Voicemail, And Handsets. (7G20)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 9, 2026
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Feb 9, 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 / NAVSUP WEAPON SYSTEMS SUPPORT MECH has issued a Solicitation for the procurement of a MODULATOR SUBASSEMB. This requirement is designated as a Total Small Business Set-Aside and is being pursued under Emergency Acquisition Flexibilities (EAF). The resultant award will be issued bilaterally, requiring contractor acceptance. Proposals are due February 9, 2026.
Scope of Work
This solicitation covers the manufacture and quality requirements for the MODULATOR SUBASSEMB, specifically Cage Code 32964, reference number 385-4060-11. Key requirements include:
- Marking: In accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Design Changes: Specific procedures for changes in design, material, servicing, or part number, requiring PCO approval for most changes. Offerors must indicate the type of change using provided code numbers.
- Quality Assurance: Contractor is responsible for all inspection requirements and maintaining records for 365 days post-delivery.
- Packaging: MIL-STD 2073 applies.
- Delivery: CLIN 0001AA, QTY 1, within 180 days.
Contract Details
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business
- Priority Rating: This is a DO certified order for national defense under the Defense Priorities and Allocations System (DPAS), with Provision 52.211-14 applicable.
- OEM/Distributor Requirements: Offerors not the Original End Manufacturer (OEM) must state the OEM (Company Name and CAGE) and provide a signed letter of authorization as a distributor on the OEM's letterhead.
- Packaging Location: If different from the offeror's address, the name, street address, and CAGE of the facility must be provided.
Key Dates & Contact
- Proposal Due Date: February 9, 2026, 8:30 PM EST
- Published Date: January 9, 2026
- Primary Contact: Ryan Powell (ryan.m.powell22.civ@us.navy.mil, 717-605-8198)
People
Points of Contact
RYAN.M.POWELL22.CIV@US.NAVY.MILPRIMARY