PANEL,SALINITY MONI

SOL #: N0010426QYA68Solicitation

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

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

Shipboard Alarm And Signals Systems (6320)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
May 1, 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 "PANEL,SALINITY MONI" (PSC 6320). This Request for Quote (RFQ) seeks proposals from authorized distributors of the original manufacturer to ensure operational and functional requirements are met for critical shipboard systems. The solicitation period has been extended, with responses due by May 1, 2026.

Scope of Work

This opportunity covers the repair of "PANEL,SALINITY MONI" items. Contractors must perform all repair work in accordance with their standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Key requirements include:

  • Meeting operational and functional specifications for the specified Cage Code/Reference Number items.
  • Physical identification and marking in accordance with MIL-STD-129.
  • Strict adherence to mercury-free requirements, as the material is intended for use on submarines/surface ships. Any inclusion of metallic mercury requires prior written approval from the Procurement Contracting Officer.
  • Contractor responsibility for all inspection and testing, performed according to original manufacturer's specifications and drawings. Records of inspection must be maintained for 365 days post-delivery.
  • Packaging and marking must comply with MIL-STD 2073.

Contract & Timeline

  • Type: Request for Quote (RFQ) for repair services. Contractors should submit quotes with either Firm Fixed-Price (FFP) or Time & Materials (TT&E) pricing, along with estimated repair costs.
  • Set-Aside: None. The Small Business Administration (SBA) has determined that a set-aside recommendation is not applicable for this procurement.
  • Response Due: May 1, 2026, by 8:30 PM Eastern Time.
  • Published: March 5, 2026 (latest amendment).

Evaluation

Consideration for award will be given only to authorized distributors of the original manufacturer's item. Offerors must provide proof of their authorized distributor status on company letterhead, signed by a responsible company official, with their quote.

Additional Notes

Contractual documents will be issued electronically. Detailed ordering information for applicable documents (e.g., MIL-STD-129, DODSSP) is provided within the solicitation. Offerors should be aware of distribution statements for government documents and the prohibition of foreign nationals accessing certain technical data.

People

Points of Contact

DIANNE.L.WYDRA.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Mar 5, 2026
Version 1
Solicitation
Posted: Feb 26, 2026
View
PANEL,SALINITY MONI | GovScope