RADOME

SOL #: N0010426QQA48Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

Antennas, Waveguide, And Related Equipment (5985)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 3, 2026
2
Submission Deadline
Feb 18, 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 (WSS) Mechanicsburg, is soliciting quotes for the repair of RADOME components. This opportunity requires a bilateral award and emphasizes a specific Repair Turnaround Time (RTAT), with penalties for delays. Quotes are due by February 18, 2026.

Scope of Work

This solicitation is for the repair of RADOME components, identified by CAGE 15175 and Ref. No. 1905-1. Key requirements include:

  • Repair Turnaround Time (RTAT): A target of 271 DARO (Days After Return to Origin) is sought. Contractors must provide their proposed RTAT and explain any capacity constraints if not meeting the government's requirement.
  • Quality Standards: Repairs must meet operational and functional requirements, adhering to contractor's standard practices, manuals, and directives. Soldering must conform to IPC J-STD-001, Class 3.
  • Inspection: Government Source Inspection (GSI) is required. The contractor is responsible for all inspection requirements and maintaining records for 365 days post-delivery.
  • Marking: Items must be physically identified in accordance with MIL-STD-130, REV N.
  • Packaging: Preservation, packaging, packing, and marking shall be in accordance with MIL-STD 2073.
  • Changes: Specific procedures for design, material, servicing, or part number changes are outlined, requiring Contracting Officer approval for most changes.
  • Freight: All freight is FOB Origin, with the Navy handling freight as per the Commercial Asset Visibility (CAV) Statement of Work.

Contract & Timeline

  • Opportunity Type: Solicitation (RFQ for repair)
  • Response Due: February 18, 2026, 8:30 PM EST
  • Published Date: February 3, 2026
  • Set-Aside: None specified
  • Contract Type: Resultant award will be bilateral, requiring contractor's signed acceptance. The quote should indicate Firm-fixed-Price, Estimated, or Not-to-Exceed.
  • Option Quantity: The Government intends to add an option quantity to the resultant contract, allowing for an increase in supplies at the specified unit price.

Key Requirements & Evaluation

Offerors must provide:

  • Quote Amount & RTAT: Unit price, total price, and proposed RTAT.
  • Pricing Justification: If not previously purchased by NAVSUP WSS or if prices increased, provide NSN of similar item, invoice copies (if sold commercially), or basis of pricing.
  • Testing & Evaluation (T&E) Fee: If an asset is determined Beyond Repair (BR/BER), a T&E fee/price must be provided, with a Not-to-Exceed (NTE) amount for negotiation.
  • Awardee Info & Performance Location: Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.
  • New Unit Price: For comparison, new unit price and delivery lead-time.
  • Price Reduction for Delays: Contractors must state their proposed price reduction amount per unit per month for not meeting the RTAT, up to a maximum.
  • Authorized Distributors: Consideration for award will only be given to authorized distributors of the original manufacturer's item. Proof on company letterhead is required.

Additional Notes

This solicitation includes various clauses such as ITEM UNIQUE IDENTIFICATION AND VALUATION, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS, and NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS. Offerors are encouraged to accelerate delivery.

People

Points of Contact

ETHAN.K.LENTZ.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Feb 3, 2026
RADOME | GovScope