RECEIVER RADIO
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, has issued a Solicitation for the procurement of RECEIVER RADIO services, specifically for the repair and/or modification of equipment to a ready-for-issue, serviceable operating condition. This opportunity is designated as an 8(a) Sole Source (FAR 19.8) set-aside. Proposals are due by June 21, 2025.
Scope of Work
The primary requirement is the repair and modification of equipment to ensure optimum reliability and serviceable operating condition. Key tasks include:
- Cleaning, visual inspection, bench testing, disassembly, and reassembly.
- Repair, including rework and replacement of parts, in accordance with applicable drawings and specifications.
- Functional testing and acceptance inspection.
- Preparation for shipment.
- Government source inspection is required.
Contract Details
- Opportunity Type: Solicitation (Delivery Order under an existing contract N00383-25-Q-R231).
- Product/Service Code: 1680 - Miscellaneous Aircraft Accessories And Components.
- Set-Aside: 8(a) Sole Source (FAR 19.8).
- Monetary Limitation: The total value of the order shall not exceed $250,000.00.
- Period of Performance: One year from the date of the order, unless otherwise directed.
Submission & Evaluation
Contractors must submit a price proposal and firm delivery to NAVSUP WSS. Submissions are required within 45 days after the order date or receipt of units (whichever is later), but prior to 40% completion of required repairs. Acceptance of the order is indicated by the contractor's signature. Invoices must be submitted with four copies, and payment will be made by the address in Block 13. Government acceptance of supplies and packaging occurs at the contractor's location or destination.
Additional Notes
The solicitation includes various FAR and DFARS clauses covering contract administration, cybersecurity, Buy American provisions, trade agreements, item unique identification, preservation, packaging, and marking. Specific clauses address "Contractor Unclassified Access to Federally Controlled Facilities," "Safeguarding Covered Defense Information," and "Item Unique Identification and Valuation." Requirements for Depot Level Repairable (DLR) items and a "Web-Based Commercial Asset Visibility Statement of Work" are also referenced.