SBC ASSY. W/GR & NI
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 Mechanicsburg has issued a Solicitation for the repair and refurbishment of SBC ASSY. W/GR & NI, identified as Fly-By-Wire (FBW) Submarine Flight Critical Components (SFCCs). This is a sole source requirement, and the resulting Delivery Order will be placed on BOA N0010422GZD01. Offerors must possess a CONFIDENTIAL or higher U.S. security clearance to access classified annexes and respond. Proposals are due by June 8, 2026.
Scope of Work
This opportunity involves the refurbishment of critical shipboard systems, specifically FBW SFCCs. Key tasks include:
- Inspection and Teardown & Evaluation (TD&E): Vendors must complete TD&E within 45 days of receiving carcasses and submit a Firm-Fixed Price (FFP) quote for repair.
- Refurbishment: Refurbishing items to specified standards, including compliance with technical data packages.
- Quality Assurance: Adherence to quality systems like MIL-I-45208, MIL-Q-9858, or ISO9001:2008, with documented procedures and Government Quality Assurance at source.
- Traceability and Certification: Maintaining strict traceability for all materials and providing comprehensive certification test reports (Objective Quality Evidence - OQE) for SFCCs, submitted via WAWF.
- Configuration Control: Managing waivers, deviations, and Engineering Change Proposals (ECPs) in coordination with the Government.
- Government Furnished Material (GFM/GFE): Developing documented control procedures for handling, inspecting, and reporting on GFM/GFE.
Contract & Timeline
- Type: Solicitation for a Delivery Order under existing BOA N0010422GZD01.
- Set-Aside: Sole Source.
- Response Due: June 8, 2026, 8:30 PM UTC.
- Published: May 8, 2026.
- Return Around Time (RTAT): Requested 180 days for repair completion after TD&E.
Key Requirements
- Security Clearance: Mandatory U.S. security clearance of CONFIDENTIAL or higher.
- OEM/Distributor: Non-OEM offerors must state the Original End Manufacturer (OEM) and CAGE, and provide a signed letter of authorization as a distributor.
- Pricing: Submit Estimated (EST) or Firm Fixed Price (FFP), including approximate cost of new items and beyond repair/economical repair prices. Shipping costs should not be included.
- Quality System Documentation: Current documented quality system procedures (e.g., DI-QCIC-81110) must be on file or submitted to the PCO prior to award.
- Priority Rating: The resulting contract will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
Additional Notes
All contractual documents are considered "issued" upon deposit in mail, facsimile, or electronic commerce. Offerors should notify the Government representative for inspection planning.