MODULATOR,RADIO TRA

SOL #: N0038326QMA32Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States

Place of Performance

Place of performance not available

NAICS

Search (334511)

PSC

Electronic Countermeasures, Counter Countermeasures And Quick Reaction Capability Equipment (5865)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2026
2
Submission Deadline
Feb 17, 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, has issued a Request for Quote (RFQ) for the repair of 10 MODULATOR,RADIO TRA units (NSN: 016631882, PN: 2687200G002). This opportunity requires Government Source Approval prior to award. Unapproved sources must submit detailed information from the NAVSUP WSS Source Approval Brochure. Quotes are due by February 17, 2026.

Scope of Work

This Statement of Work (SOW) outlines the criteria for the repair, testing, and inspection of the specified Modulator, Radio TRA units. The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment to return the items to a Ready For Issue (RFI) condition. Key aspects include:

  • Repair Procedures: All repairs, testing, and inspections must adhere to the latest revision of the specified publications. Any deviations require review and acceptance by the Basic Design Engineer and routing through DCMA/ACO.
  • Parts and Materials: The contractor must supply all parts and materials, which must be new (per FAR 52.211-5), unless Government Furnished Material (GFM) is specified. Cannibalization requires specific PCO approval.
  • Repair Conditions: The SOW defines procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR), each requiring specific approvals and documentation from DCMA and the PCO/Inventory Manager.
  • Configuration Management (CM): Contractors must maintain a CM plan in accordance with NAVSUP WSS clause NAVICPIA18.

Contract & Timeline

  • Type: Request for Quote (RFQ) for Repair Services
  • Product Service Code: 5865 (Electronic Countermeasures, Counter Countermeasures And Quick Reaction Capability Equipment)
  • Set-Aside: None specified
  • Response Due: February 17, 2026, 8:30 PM EST
  • Published: February 12, 2026
  • Agency: Department of the Navy, NAVSUP Weapon Systems Support

Key Requirements

  • Source Approval: Mandatory. Unapproved sources must follow the NAVSUP WSS Source Approval Brochure guidelines.
  • Quality System: Contractor must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1.
  • Repair Location: The SOW identifies L3 HARRIS TECHNOLOGIES INC, 77 RIVER RD CLIFTON NJ 07014 (Cage Code 28527) as the source and location of repair.

Additional Notes

Quotes must be submitted via email to AUTUMN.M.RAU2.CIV@US.NAVY.MIL. If a Firm Fixed Price (FFP) cannot be determined, the PCO must be informed. Packaging requirements are MIL-STD 2073.

People

Points of Contact

AUTUMN.M.RAU2.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Feb 12, 2026
MODULATOR,RADIO TRA | GovScope