Radio Suite Grooming and Preventative Maintenance
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's NAVSUP Fleet Logistics Center Puget Sound is soliciting proposals for Radio Suite Grooming and Preventative Maintenance on a USNS Supply class vessel. This is a firm fixed-price, supply-type contract requiring an OEM authorized repair facility and Brand Name Raytheon parts. This opportunity is a Total Small Business Set-Aside. Quotes are due by April 15, 2026, at 10:00 AM PST.
Scope of Work
The contractor will perform comprehensive preventative maintenance on the vessel's Radio Suite, including specific equipment such as AN/WSC-3(V) LOS, AS-3018A/WSC-1, OA-9123/SRC ANTENNA COUPLER, RT-1107A(V)/WSC-3(V) SATCOM, and CBSP Antenna. Tasks involve coordinating with ship's force for lockout/tagout, handling Electrostatic Sensitive Devices (ESSDs), visual inspections, cleaning, testing, and ensuring proper operation of all features, warnings, and alarms. The work also includes checking emergency power sources, antennas, and batteries, providing a condition report, optimizing/tuning systems, and delivering four hours of onboard training to the ship's crew. All parts must be genuine OEM Raytheon brand, and the work must be performed by trained, experienced, and authorized personnel, including a Manufacturer's Authorized Technical Representative who is an ABS recognized External Specialist.
Contract Details
- Contract Type: Firm Fixed-Price, Supply-type contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336611, Size Standard: 1300 employees.
- Period of Performance: Anticipated June 15, 2026, to June 29, 2026.
- Estimated Award: On or about April 29, 2026.
- Place of Performance: To be disclosed at award, with planning indicating a port in the Mediterranean Sea.
Submission & Evaluation
Offerors must submit quotes demonstrating evidence of technical ability and successful completion of similar projects, along with OEM documentation for genuine Raytheon parts. Quotes must be for the entire effort. Evaluation factors, in no particular order of importance, include Technical capability (including delivery date), Past Performance, and Price. All offerors must be registered in SAM.gov.
Key Dates & Contacts
- Questions Due: April 13, 2026 (two days prior to solicitation closing).
- Quotes Due: April 15, 2026, at 10:00 AM PST.
- Primary Contact: James Fergus (james.b.fergus2.civ@us.navy.mil).