MODULATOR,RADIO TRA
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 of six (6) MODULATOR,RADIO TRA units (NSN: 016631882, PN: 2687200G002). This opportunity requires contractors to repair these units in accordance with specified procedures and publications. Quotes are due by April 28, 2026.
Scope of Work
This Request for Quote (RFQ) is for the repair, testing, and inspection of six (6) MODULATOR,RADIO TRA units (NSN: 016631882, P/N: 2687200G002). The work includes inspection, component repair and replacement, reassembly, and testing to return units to a Ready For Issue (RFI) condition. The contractor must provide all necessary facilities, labor, materials, parts, and test/tooling equipment. Specific procedures are outlined for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items.
Contract & Timeline
- Type: Solicitation (RFQ for repair services)
- Set-Aside: None specified
- Quote Due: April 28, 2026, 8:30 PM EDT
- Notice Published: May 6, 2026. (Note: The notice's publication date is after the stated quote due date. Offerors are strongly advised to confirm the definitive due date with the contracting office via the provided contact information.)
Key Requirements
- Government Source Approval: Required prior to award. Unapproved sources must submit information detailed in the NAVSUP WSS Source Approval Brochure (available at
https://www.navsup.navy.mil/public/navsup/wss/business_opps/under "COMMODITIES"). - Repair Location: The contractor must specify the name and address of the source/division performing the work. An example provided is L3 HARRIS TECHNOLOGIES INC, 77 RIVER RD CLIFTON NJ 07014.
- Quality Requirements: Contractors must establish and maintain a quality system conforming to ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1, or equivalent.
- Configuration Management: A configuration management plan in accordance with NAVSUP WSS clause NAVICPIA18 is required.
- Parts and Materials: Contractor is responsible for supplying all parts and materials, which must be new per FAR 52.211-5, unless written PCO approval is obtained for alternatives. Part cannibalization is generally not authorized without specific approval.
Submission Instructions
Quotes must be submitted via email to AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the due date. If a Firm Fixed Price (FFP) cannot be determined, the PCO must be informed. Offers failing to provide all data required by the Source Approval Brochure will not be considered.