Repair of NIIN 016431458 / Nomenclature MODULE ASSY -ELECTR
SOL #: N00383-25-Q-A208Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT
PHILADELPHIA, PA, 19111-5098, United States
Place of Performance
Place of performance not available
NAICS
Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)
PSC
Miscellaneous Aircraft Accessories And Components (1680)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 31, 2026
2
Last Updated
May 4, 2026
3
Submission Deadline
Jun 4, 2026, 6:00 AM
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 repair, evaluation, and modification of MODULE ASSY -ELECTR (NSN 7RH 1680-01-643-1458 P8). This effort aims to return these critical aircraft components to a serviceable, Ready for Issue (RFI) condition. Quotations are due by close of business on August 18, 2025.
Scope of Work
This opportunity requires the teardown, evaluation, repair, and/or modification of MODULE ASSY -ELECTR. Key requirements include:
- Repair, testing, and inspection of the module assembly.
- Component repair and replacement, reassembly, and comprehensive testing.
- Ensuring units are returned to a Ready for Issue (RFI) condition.
- Compliance with MIL-STD-130 for markings.
- Adherence to applicable repair manuals, drawings, and specifications.
- Packaging in accordance with MIL-STD-2073.
- Quality assurance systems meeting ISO 9001/SAE AS9100 standards.
- Calibration system requirements compliant with ANSI/NCSL Z540.3 or ISO-10012-1.
- Implementation of a configuration management plan as per NAVSUP WSS provisions.
- Unique Item Identification (UII) marking and reporting in line with DFARS 252.211-7003.
- Proper identification and safety data compliance for hazardous materials.
Contract Details
- Contract Type: Solicitation (implies a repair/overhaul contract).
- Period of Performance: Induction for a one-year period from the date of order.
- Delivery: Within 90 days of order, FOB Destination.
Submission & Evaluation
- Quotations Due: Close of business on August 18, 2025.
- Evaluation Criteria: Past performance is considered more important than price.
- Award Basis: Award will be made to the responsible, technically acceptable offeror whose proposal is most advantageous to the Government.
Eligibility / Set-Aside
- Set-Aside: Not explicitly stated if this is a small business set-aside in the most recent document.
Additional Notes
- Point of Contact: E. M. Boran at (215) 697-2782 or ERIN.M.BORAN.CIV@US.NAVY.MIL.
- Commercial Asset Visibility (CAV) Repairables Portal (CAV RP) reporting is required.
- Wide Area Workflow (WAWF) must be utilized for payment and receiving reports.
People
Points of Contact
erin.m.boran.civ@us.navy.milPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: May 4, 2026
Version 1
Pre-Solicitation
Posted: Mar 31, 2026