RECEIVER,COUNTERMEA
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, specifically NAVSUP Weapon Systems Support, is soliciting proposals for the repair of RECEIVER,COUNTERMEA (NSN: 016631881, PN: 2687100G002). This Solicitation is for 6 units and anticipates a Firm Fixed Price (FFP) contract. Quotes are due by April 13, 2026.
Scope of Work
This Statement of Work (SOW) details the requirements for the repair, testing, inspection, overhaul, and upgrade of the specified Receiver, Countermeasure units to a Ready For Issue (RFI) condition. The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key requirements include:
- Repair Procedures: All work must adhere to specified terms and conditions, including the latest revision of relevant publications. Deviations require review and acceptance by the Basic Design Engineer.
- Parts and Materials: The contractor must supply all parts and materials, which must be new (per FAR 52.211-5) unless written PCO approval is obtained. Cannibalization is generally not authorized without specific PCO approval.
- Special Conditions: Detailed procedures are outlined for items determined to be Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR), each requiring specific approvals and documentation from DCMA and the PCO.
- Quality Requirements: Contractors must establish and maintain a quality system conforming to ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or an equivalent program acceptable to the Government.
- Configuration Management: A configuration management plan in accordance with NAVSUP WSS clause NAVICPIA18 is required.
Contract & Timeline
- Type: Solicitation (Request for Proposal/Quote)
- Product/Service Code: 5865 - Electronic Countermeasures, Counter Countermeasures And Quick Reaction Capability Equipment
- Agency: Dept Of Defense / DEPT OF THE NAVY / NAVSUP WEAPON SYSTEMS SUPPORT
- Set-Aside: None specified
- Response Due: April 13, 2026, 8:30 PM EDT
- Published: May 4, 2026
Submission & Evaluation
Quotes must be submitted via email to AUTUMN.M.RAU2.CIV@US.NAVY.MIL. Government Source Approval is mandatory prior to award. Offerors who are not an approved source must submit detailed information as per the NAVSUP WSS Source Approval Brochure (available at https://www.navsup.navy.mil/public/navsup/wss/business_opps/ under "COMMODITIES"). Offers failing to provide all required source approval data will not be considered. If a Firm Fixed Price (FFP) cannot be determined, the PCO must be informed.