MONOPLUSE COMBINER
SOL #: N0010426QUA37Solicitation
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
Bare Printed Circuit Board Manufacturing (334412)
PSC
Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware (5998)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Nov 18, 2025
2
Last Updated
Feb 6, 2026
3
Submission Deadline
Dec 18, 2025, 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) Mechanicsburg, has issued a Solicitation for the REPAIR of MONOPLUSE COMBINER (CAGE 06401, Ref. No. 1000174071). This opportunity seeks authorized repair sources to provide firm-fixed, not-to-exceed, or estimated pricing for repair services. Quotes are due by February 27, 2026.
Scope of Work
This solicitation covers the repair and associated quality requirements for the MONOPLUSE COMBINER. Key aspects include:
- Repair Services: All work must adhere to the contractor's repair/overhaul standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards.
- Repair Turnaround Time (RTAT): A required RTAT of 110 days after receipt of asset. The RTAT is measured from physical receipt at the contractor's facility (as reflected in CAV system) to asset acceptance by the Government.
- Throughput Constraint: Contractors must specify a monthly throughput constraint for repaired assets.
- Induction Expiration Date: 365 days after contract award date for asset induction.
- Reconciliation Price Reduction: Offerors must propose a price reduction amount per unit/per month for failure to meet RTAT, up to a maximum.
- General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting.
- Identification: Compliance with IUID requirements (DFARS 252.211-7003) and MIL-STD-130, REV N, 16 NOV 2012 for marking.
- Quality Assurance: Contractor is responsible for all inspection requirements, maintaining records for 365 days, and performing inspection/testing per original manufacturer's specifications.
Contract & Timeline
- Opportunity Type: Solicitation
- Contract Type: Firm-Fixed Price (FFP), Not-to-Exceed (NTE), or Estimated (EST) for repair.
- Set-Aside: None specified.
- Response Due: February 27, 2026, 8:30 PM EST.
- Published Date: February 6, 2026.
Key Requirements for Offerors
- Authorized Repair Source: Only authorized repair sources will be considered for award. Proof of authorization on company letterhead is required with the offer.
- Quote Details: Quotes must include repair unit price, total price, proposed RTAT, new unit price, and T&E fee/price if an asset is determined Beyond Repair (BR)/Beyond Economical Repair (BER).
- Electronic Submission: Quotes, representations, and certifications must be submitted via email to aaron.d.mcfee.CIV@US.NAVY.MIL.
Contact Information
- Primary Point of Contact: AARON.D.MCFEE.CIV@US.NAVY.MIL, Phone: 7712290511.
People
Points of Contact
AARON.D.MCFEE.CIV@US.NAVY.MILPRIMARY