Procurement of CIRCUIT CARD ASSEMB; NSN: 7HH 5998 015334496 VU
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, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is conducting a Sole Source Request for Quotations (RFQ) for Circuit Card Assemblies (NSN 7HH 5998-01-533-4496). These are identified as Fly-By-Wire (FBW) Submarine Flight Critical Components (SFCC). This procurement is being pursued under Emergency Acquisition Flexibilities (EAF). Quotations are due by May 8, 2026.
Purpose & Scope
This solicitation aims to procure three (3) units of the specified Circuit Card Assembly. The requirement emphasizes the critical nature of these components for submarine systems, necessitating adherence to stringent technical and quality standards.
Key Requirements & Deliverables
- Component Type: Fly-By-Wire (FBW) Submarine Flight Critical Component (SFCC).
- Special Material Identification Codes (SMIC): Required for Virginia (VU), Seawolf (SW), and Columbia (SC) Class submarines.
- Packaging: Must comply with MIL-STD-2073.
- Electrostatic Discharge (ESD) Control: Adherence to MIL-STD-1686.
- Compliance: NAVSEA T9044-AD-MAN-010 is mandatory.
- Configuration Control: Detailed requirements for configuration control and Engineering Change Proposals (ECPs).
- Material Traceability: Critical requirement for material traceability and certification.
- Hazardous Materials: Identification and Material Safety Data Sheets (MSDS) are required.
- Quality System: Must comply with MIL-I-45208, MIL-Q-9858, or ISO9001:2008.
- Item Unique Identification (IUID): Required per DFARS 252.211-7003.
- Data Items: DD Form 1423 attached, detailing Inspection and Test Plan (A001, A002) and Certification/Data Report (A003). A001/A002 may be waived if on file.
Contract Details
- Award Type: Bilateral contract, requiring contractor written acceptance.
- Delivery: Requested within 365 days from award.
- Inspection & Acceptance: At Origin.
- Certification: DO certified under the Defense Priorities and Allocations System (DPAS).
- Set-Aside: No specific set-aside is mentioned.
Submission & Evaluation
- Quotations Due: Close of business on May 8, 2026.
- Nature of Submission: This is an RFQ for information purposes; submitted quotations are not considered offers.
- Evaluation: Award will consider performance and price.
Contact Information
For inquiries, contact R. H. Langel at ROBERT.H.LANGEL.CIV@US.NAVY.MIL or (717)605-3353.