PWA,VIPER A,AIRCRAF
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 / 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.