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
Last Updated
May 7, 2026
3
Submission Deadline
May 8, 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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, has issued a Solicitation (RFQ) for the repair of MODULE,INFOSEC. This opportunity requires a Repair Turnaround Time (RTAT) of 111 days and Government Source Inspection (GSI). The resultant award will be bilateral, requiring contractor acceptance. Offers are due by May 8, 2026, at 4:30 PM Local Time.

Scope of Work

This solicitation is for the repair of MODULE,INFOSEC, requiring adherence to the contractor's repair/overhaul standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Key requirements include:

  • Repair Turnaround Time (RTAT): A target of 111 days, measured from physical receipt of the F-condition asset to government acceptance. Contractors must state their RTAT and capacity constraints if not meeting the 111-day target.
  • Government Source Inspection (GSI): Required for all repairs.
  • Marking: Items must be identified in accordance with MIL-STD-130, REV N.
  • Design Changes: Any changes in design, material, servicing, or part number (except Code 1) require prior approval from the NAVICP-MECH Contracting Officer.
  • Quality Assurance: The contractor is responsible for all inspection requirements and must maintain records for 365 days after final delivery.
  • Packaging: In accordance with MIL-STD 2073.

Contract & Timeline

  • Opportunity Type: Solicitation (RFQ for Repair)
  • Set-Aside: None specified.
  • Response Due: May 8, 2026, 4:30 PM Local Time.
  • Published: May 6, 2026.
  • Award Type: Bilateral, requiring contractor's signed acceptance.
  • Option: The Government intends to add an option for increased quantity.

Submission Requirements

Quotes must include:

  • Quote Amount and RTAT: Unit Price, Total Price, and proposed Repair Turnaround Time.
  • Capacity Constraints: If not meeting the 111-day RTAT.
  • Pricing Information: For items not previously purchased by NAVSUP WSS or with increased prices, provide NSN of similar/upgrade part, invoice copies (redacted), or basis of pricing.
  • Testing and Evaluation (T&E) Fee: For items determined Beyond Repair (BR/BER), including a Not-to-Exceed (NTE) amount and basis of computation.
  • Awardee Info & Performance Location: CAGE codes for awardee, inspection & acceptance, and facility/subcontractor.
  • New Unit Price/Lead-time: For comparison purposes.
  • Price Reduction: Contractor must specify a price reduction amount per unit per month for not meeting RTAT, up to a maximum.
  • Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered. Proof on company letterhead, signed by a responsible official, must be submitted with the offer.

Additional Notes

Accelerated delivery is encouraged. All freight is FOB Origin. Failure to meet the required RTAT (if unexcusable) will incur a price reduction. The solicitation incorporates revised clauses 52.244-6 and 52.222-90.

People

Points of Contact

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

Files

Files

View

Versions

Version 3
Solicitation
Posted: May 7, 2026
View
Version 2Viewing
Solicitation
Posted: May 6, 2026
Version 1
Solicitation
Posted: Apr 1, 2026
View