RADIO FREQUENCY MON

SOL #: N0038326QSA11Solicitation

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 Properties Measuring And Testing Instruments (6625)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 15, 2026
2
Submission Deadline
Feb 13, 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 has issued a solicitation for the repair and testing of Radio Frequency Monitors (NSN: 6625-016854783, P/N: 1020304055). This opportunity requires contractors to return units to a Ready For Issue (RFI) condition, including component repair, replacement, reassembly, and testing. Proposals are due February 13, 2026.

Scope of Work

The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment to perform repairs. Key requirements include:

  • Repair and testing of Radio Frequency Monitors to RFI condition.
  • Adherence to MIL-STD-130 for markings.
  • Use of SAE-AS22759 series wire in lieu of MIL-W-81381.
  • Implementation of a robust quality control system meeting Mil-I-45208A, Mil-Q 9858, ISO-9000/9001/9002, or equivalent standards.
  • Development and maintenance of Quality Control Documentation, test/repair procedures, and a Repair Quality Plan.
  • Specific procedures for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, requiring government concurrence.
  • Maintenance of a Configuration Management Plan and a historical record file for each item.
  • Contractor is responsible for supplying all parts and materials, which must be new unless PCO approval is obtained.

Contract & Timeline

  • Type: Solicitation (for repair services)
  • Set-Aside: None specified
  • Proposal Due: February 13, 2026, 8:30 PM EST
  • Published: January 15, 2026

Evaluation & Submission

This opportunity requires Government Source Approval prior to award. Unapproved sources must submit information detailed in the NAVSUP WSS Source Approval Brochure. Offers failing to provide all required source approval data will not be considered. Quotes should be submitted via email to TAYLOR.C.KILKENNY.CIV@US.NAVY.MIL. Offerors should inform the PCO if a Firm Fixed Price (FFP) cannot be determined.

Additional Notes

The contract includes clauses for Item Unique Identification and Valuation, Higher-Level Contract Quality Requirement, Inspection and Acceptance of Supplies, Wide Area Workflow Payment Instructions, and Buy American-Free Trade Agreements-Balance of Payments Program. A 21-month warranty is required, effective 60 days after discovery of defect.

People

Points of Contact

TAYLOR.C.KILKENNY.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Jan 15, 2026
RADIO FREQUENCY MON | GovScope