MODULE,INFOSEC

SOL #: N0010426QQB06Solicitation

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

Timeline

1
Posted
Apr 1, 2026
2
Submission Deadline
Apr 6, 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 (WSS) is soliciting quotes for the repair of MODULE,INFOSEC. This Request for Quote (RFQ) seeks to establish a bilateral contract for repair services, with a required Repair Turnaround Time (RTAT) of 111 days. Quotes are due by April 6, 2026.

Scope of Work

This opportunity covers the repair and quality assurance requirements for the MODULE,INFOSEC, specifically referencing CAGE 1VPW8 and Ref. No. 01-P55340R001. Repair work must adhere to the contractor's standard practices, manuals, drawings, and technical orders. Key requirements include:

  • Meeting operational and functional specifications of the item.
  • Marking in accordance with MIL-STD-130, REV N.
  • Contractor responsibility for all inspection and testing per original manufacturer's specifications.
  • Packaging in accordance with MIL-STD 2073.
  • Government Source Inspection (GSI) is required.

Contract & Timeline

  • Type: Solicitation (RFQ for repair services)
  • Duration: Not explicitly stated, but implies ongoing repair needs.
  • Set-Aside: None specified.
  • Response Due: April 6, 2026, 8:30 PM Z
  • Published: April 1, 2026, 8:57 PM Z

Evaluation & Award

The resultant award will be issued bilaterally, requiring the contractor's signed acceptance. Quotes must include unit price, total price, and proposed RTAT. If the proposed RTAT exceeds 111 days, offerors must provide capacity constraints. The Government intends to include an option for increased quantity. A price reduction will be applied for failure to meet the required RTAT, unless delays are excusable.

Additional Notes

Offerors must verify nomenclature, part number, and NSN prior to responding. Freight is FOB Origin, but handled by the Navy per the Commercial Asset Visibility (CAV) Statement of Work. Only authorized distributors of the original manufacturer's item will be considered, and proof of authorization must be submitted with the offer. Quotes should also address pricing for items not previously purchased by NAVSUP WSS, and include details for Testing and Evaluation (T&E) if an asset is determined Beyond Repair (BR/BER).

People

Points of Contact

GENEVIEVE.E.MILLER2.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Apr 1, 2026
MODULE,INFOSEC | GovScope