RECORDER-REPRODUCER
SOL #: N0010426QXB29Solicitation
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
All Other Miscellaneous General Purpose Machinery Manufacturing (333998)
PSC
Sound Recording And Reproducing Equipment (5835)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
May 6, 2026
2
Submission Deadline
Apr 30, 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, specifically NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of RECORDER-REPRODUCER equipment (PSC 5835). This opportunity seeks to establish a contract for repair services, with an anticipated award type of Firm-Fixed-Price (FFP), Not-to-Exceed (NTE), or Estimated (EST) price. Quotes are due by April 30, 2026.
Scope of Work
This solicitation covers the repair and associated quality assurance for RECORDER-REPRODUCER units. Key requirements include:
- Meeting operational and functional specifications.
- Adherence to contractor's repair/overhaul standard practices, manuals, and directives.
- Compliance with MIL-STD-129 for physical identification/marking and MIL-STD 2073 for preservation, packaging, packing, and marking.
- Strict mercury-free requirements for materials, especially for items intended for submarines/surface ships.
- Contractor responsibility for all inspections and testing per original manufacturer's specifications.
Contract Details
- Opportunity Type: Solicitation for Repair Services
- Anticipated Award Type: Firm-Fixed-Price (FFP), Not-to-Exceed (NTE), or Estimated (EST)
- Set-Aside: None specified
- Key Requirements:
- Offerors must be an authorized repair source.
- Government Source Inspection, FOB Source, and Commercial Asset Visibility (CAV) Reporting are required.
- Compliance with Item Unique Identification (IUID) requirements (DFARS 252.211-7003).
- Requested Repair Turnaround Time (RTAT) is 265 days after receipt of asset. A price reduction will be incurred for inexcusable delays.
- Induction Expiration Date: 365 days after contract award.
- Contractors must provide a throughput constraint for each NSN.
Submission Requirements
- Electronic submission of quotes, representations, and certifications via email to CHARLES.T.MILLER7.CIV@US.NAVY.MIL.
- Quotes MUST include: Repair unit price, total price, RTAT, indicated price type (FFP/NTE/EST), CAGE codes, basis of quoted pricing, and a quote expiration date (minimum 90 days).
- Proof of being an authorized distributor of the original manufacturer's item, on company letterhead, must be provided with the offer.
Deadlines & Contact
- Quotes Due: April 30, 2026, 8:30 PM EDT
- Primary Contact: CHARLES.T.MILLER3@NAVY.MIL, 717-605-2564
People
Points of Contact
CHARLES.T.MILLER3@NAVY.MILPRIMARY
Files
Files
Versions
Version 1Viewing
Solicitation
Posted: May 6, 2026