MODULATOR,RADIO TRA

SOL #: N0038326QMA35Solicitation

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, is soliciting proposals for the repair of MODULATOR,RADIO TRA (NSN: 016631882, PN: 2687200G002). This opportunity requires contractors to return 10 units to a Ready For Issue (RFI) condition. Government Source Approval is mandatory prior to award. Unapproved sources must submit detailed information as outlined in the NAVSUP WSS Source Approval Brochure. Proposals are due by February 17, 2026.

Scope of Work

This Statement of Work (SOW) establishes criteria for the repair, testing, and inspection of the specified MODULATOR,RADIO TRA units. The scope includes inspection, component repair and replacement, reassembly, and testing to ensure units are fully serviceable. The contractor is responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. All parts and materials must be new, in accordance with FAR 52.211-5, unless specific PCO approval for other materials or cannibalization is obtained. The Government will not provide Government Furnished Property (GFP).

Specific procedures are detailed for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, all requiring DCMA concurrence and PCO disposition. The contractor must maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent. A Configuration Management plan is also required. Proper enclosed warehouse storage for materials and repaired assets is essential, and packaging must adhere to MIL-STD 2073.

Contract & Timeline

  • Type: Solicitation for Repair Services
  • Set-Aside: None specified
  • Proposal Due: February 17, 2026, 8:30 PM EST
  • Published: February 12, 2026

Submission & Evaluation

Quotes must be submitted via email to AUTUMN.M.RAU2.CIV@US.NAVY.MIL. A critical requirement is Government Source Approval for the repair of these items. Offerors who are not currently approved sources must submit the information detailed in the NAVSUP WSS Source Approval Brochure with their proposal. Failure to provide all required data for source approval will result in proposals not being considered for award. The contractor must also specify the name and location of the facility performing the work.

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