REPAIR OF MODULATORS
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 Naval Surface Warfare Center (NSWC) Crane is issuing a Firm Fixed Price Request for Quotes (RFQ) for the evaluation and repair of AN/SPS-67 Radar Modulators (P/N 166990). This is a sole source procurement with MTK Electronics, Inc., but other responsible sources are invited to submit capability statements for consideration. Quotes are due by April 30, 2026, at 11:00 p.m. ET.
Scope of Work
This opportunity requires the evaluation and overhaul/refurbishment of seventeen (17) AN/SPS-67 Radar Modulators (NIIN 01-222-1573), with an option for an additional seven (7) units. Services must be performed in accordance with the Statement of Work (SOW) and Drawing 166990 REV AM. The scope includes return shipping of repaired units to NSWC Crane, IN. Accelerated deliveries will be accepted at no additional cost.
Contract & Timeline
- Solicitation Number: N0016426Q0047
- Contract Type: Firm Fixed Price Request for Quotes (contemplating a Purchase Order with Options)
- Set-Aside: Not a small business set-aside
- Quotes Due: April 30, 2026, 11:00 p.m. Eastern Time
- Published Date: April 21, 2026
- Agency: Department of the Navy, NSWC Crane
- Place of Performance: Crane, IN 47522
Evaluation & Award
The Government intends to solicit and negotiate with MTK Electronics, Inc., as they are certified by the In-Service Engineering Agent as the approved source of repair. However, all responsible sources may submit a capability statement, which will be considered by the agency. The Government's determination not to compete this proposed contract based on responses is solely at its discretion. Information received will primarily determine if a competitive procurement is feasible. Offers proposing delivery outside the required period will be considered non-responsive.
Key Requirements & Notes
- SAM & JCP Registration: Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to receive controlled attachments.
- Wage Determination: A Wage Determination (for Nassau and Suffolk Counties, NY) is provided, outlining minimum wage rates and fringe benefits for service employees. Bidders must ensure compliance for accurate cost estimation.
- Reporting Instructions: Adherence to "Appendix F - Material Inspection and Receiving Reporting Instructions" is crucial for documenting and reporting the receipt and acceptance of goods/services, ensuring timely payment and compliance.
- Submission: Offers shall be emailed to rose.m.brown44.civ@us.navy.mil.
- Amendments: Interested vendors are responsible for monitoring SAM.gov for any amendments.