PWA,VIPER A,AIRCRAF

SOL #: N0038326QHA35Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, 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

Timeline

1
Posted
Feb 24, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 16, 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 is soliciting proposals for the repair, testing, and inspection of PWA,VIPER A,AIRCRAF components. This opportunity, identified as a Solicitation, requires contractors to restore these items to a Ready For Issue (RFI) condition. Proposals are due by March 16, 2026.

Scope of Work

This Statement of Work (SOW) establishes criteria for the repair, testing, and inspection of PWA,VIPER A,AIRCRAF components. The scope includes overhauling, upgrading, repairing, testing, and inspecting items in accordance with specified terms. Contractors are responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key requirements include:

  • Prohibition of MIL-W-81381 wire, with SAE-AS22759 series wire mandated as a substitute.
  • Compliance with IPC/EIAJ-STD-001C if MIL-STD-454 is referenced.
  • Adherence to specific procedures for items determined to be Beyond Economical Repair (BER), Missing on Induction (MOI), or requiring Over and Above Repair (OAR), all requiring Government concurrence.
  • Contractors must supply all parts and materials unless specifically identified as Government Furnished Material (GFM), ensuring they are new and conform to applicable drawings and specifications.

Contract & Timeline

  • Type: Solicitation (FIRM FIXED PRICE REPAIR PURCHASE ORDERS)
  • Set-Aside: None specified
  • Response Due: March 16, 2026, 8:30 PM EST
  • Published: March 16, 2026

Key Requirements

  • Quality System: Contractors must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
  • Configuration Management: A configuration management plan in accordance with NAVSUP WSS clause NAVICPIA18 is required.
  • Repair Location: All repairs must be performed at the contractor's facility, specifically identified as ELBITAMERICA INC, 4700 MARINE CREEK PKY, FORT WORTH, TX 76136-6969.

Additional Notes

For any questions regarding this requirement, contact the Procuring Contracting Officer. All changes to manuals, drawings, specifications, or repair sources/facilities require PCO approval.

People

Points of Contact

SOPHIA.J.NOEL.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 2Viewing
Solicitation
Posted: Mar 16, 2026
Version 1
Solicitation
Posted: Feb 24, 2026
View
PWA,VIPER A,AIRCRAF | GovScope