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 / NAVSUP Weapon Systems Support is seeking quotes for the repair of RECEIVER,COUNTERMEA (NSN: 5865-01-663-1881, P/N: 2687100G002). This Request for Quote (RFQ) is for 6 units and requires Government Source Approval prior to award. Quotes must be submitted via email by April 28, 2026.
Scope of Work
This opportunity involves the repair, testing, and inspection of the specified RECEIVER,COUNTERMEA units to return them to a serviceable condition. The scope includes inspection, component repair and replacement, reassembly, and testing in accordance with approved repair/overhaul manuals. Key aspects include:
- Repair Procedures: All repairs must adhere to a Statement of Work and approved written procedures. Deviations require review and acceptance by the Basic Design Engineer.
- Contractor Responsibilities: Provide necessary facilities, labor, materials, parts, and test/tooling equipment.
- Parts and Materials: Contractor is responsible for supplying all parts and materials, which must be new (unless PCO-approved) and comply with FAR 52.211-5. Cannibalization is generally not authorized without specific PCO approval.
- Specific Conditions: Detailed procedures are outlined for handling items determined to be Beyond Economical Repair (BER), Missing on Induction (MOI), and requiring Over and Above Repair (OAR), all requiring specific government approvals and documentation.
- 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 equivalent.
- Configuration Management: A configuration management plan in accordance with NAVSUP WSS clause NAVICPIA18 is required.
Contract & Timeline
- Type: Request for Quote (RFQ) / Solicitation
- Product Service Code: 5865 - Electronic Countermeasures, Counter Countermeasures And Quick Reaction Capability Equipment
- Set-Aside: None specified
- Quantity: 6 EA
- Response Due: April 28, 2026, 8:30 PM EDT
- Published: May 6, 2026, 6:24 PM EDT
Submission Requirements
- Quotes must be submitted via email to AUTUMN.M.RAU2.CIV@US.NAVY.MIL.
- If a Firm Fixed Price (FFP) cannot be determined, the PCO must be informed.
- Government Source Approval: Required prior to award. Unapproved sources must submit information detailed in the NAVSUP WSS Source Approval Brochure (available at
https://www.navsup.navy.mil/public/navsup/wss/business_opps/under "COMMODITIES"). Failure to provide required data will result in non-consideration.
Additional Notes
The contractor must specify the name and location of the repair source (e.g., L3 HARRIS TECHNOLOGIES, 77 RIVER ROAD CLIFTON NJ 07014, Cage Code 28527 is listed as an example). Inspection will be accomplished on the contractor's equipment.