Repair of NIIN 016504230 / NOMEN: RDP
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 (WSS), is seeking proposals for the repair of one unit of National Stock Number (NSN) 0001 7R5841016504230, identified as RDP (Part Number FM300A381-0051). This requirement is for repair services to restore specified government-owned articles to operating condition. NAVSUP WSS intends to award this requirement on a sole source basis under an already established Basic Ordering Agreement (BOA). Proposals are due May 7, 2026.
Scope of Work
This solicitation requires the repair of one unit of RDP (NSN: 7R5841016504230, Part Number: FM300A381-0051). Key requirements include:
- Performing repair work in accordance with the contractor's standard practices, manuals, drawings, technical orders, and approved repair standards.
- Ensuring packaging and marking adhere to "BEST STANDARD COMMERCIAL PACKAGING FOR OVERSEAS SHIPMENT."
- Meeting operational and functional requirements as represented by Cage Code 03640 and Reference Number FM300A381-0051.
- Complying with Unique Item Identification (DoD unique identification or equivalent) as per DFARS 252.211-7003.
- Implementing configuration management and controls.
- Identifying hazardous materials and submitting safety data.
- Adhering to higher-level quality standards, such as ISO 9001.
Contract & Timeline
- Contract Type: Firm-Fixed Price. Offerors should submit quotes including either a firm-fixed price or Time & Material (TT&E) pricing, along with estimated repair costs.
- Induction Period: 365 calendar days from contract award, with the Government retaining the right to extend for up to two additional years. Unused induction slots may carry over.
- Option Pricing: Contractors must propose option pricing for a maximum number of units over the entire contract period, with separate pricing for the second year if it differs.
- Estimated Value: For threshold purposes, the total contract value will be calculated by multiplying the highest proposed unit price by the maximum number of units.
- Set-Aside: This is an FMS (Foreign Military Sales) requirement and is subject to Free Trade Agreements (FAR 52.225-3) and the World Trade Organization Government Procurement Agreement (FAR 52.225-5).
- Proposal Due: May 7, 2026.
- Published: April 7, 2026.
Evaluation & Eligibility
- Source Approval: Government Source Approval is a mandatory prerequisite for award. Offerors not currently approved must submit detailed information as outlined in the NAVSUP WSS Source Approval Brochure. Offers failing to provide required source approval data will not be considered.
- Sole Source Intent: NAVSUP WSS Philadelphia intends to award this requirement on a sole source basis due to the Government not possessing sufficient, accurate, or legible data to contract with other than the current source.
Contact Information
For questions, contact Anna Kiessling at anna.m.kiessling.civ@us.navy.mil.