STARTER CABINET

SOL #: N0010426QDA68Solicitation

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

Miscellaneous (99)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 26, 2026
2
Submission Deadline
Apr 6, 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 MECH, is soliciting proposals for the procurement of one (1) STARTER CABINET (NSN: 6120 LLCYD2046). This is a first-time procurement by the Navy, and the award will be a bilateral, Firm Fixed-Price contract. The Government does not own the drawings or data rights for this NSN. Quotes are due by April 6, 2026.

Scope of Work

This solicitation is for the manufacture and supply of one STARTER CABINET, in accordance with reference number N13-21950. Key requirements include:

  • Inspection: DCMA source inspection and acceptance is mandatory. Government-Source Inspection and Acceptance (G-S I&A) is required, with CAGE details to be provided if different from the Admin Award CAGE.
  • Packaging: Military packaging and bar coding are required, in accordance with MIL-STD 2073.
  • Marking: Items must be physically identified per MIL-STD-130, REV N, 16 NOV 2012.
  • Design Changes: Any changes in design, material, servicing, or part number require prior written approval from the NAVICP-MECH Contracting Officer, with specific change codes to be indicated.
  • Traceability: Offerors not manufacturing the material must provide the OEM's name, CAGE code, part number, and traceability information. Authorized distributors must provide a letter from the manufacturer. Dealers must provide a statement identifying their firm as a dealer, along with OEM name/CAGE/P/N.

Contract & Timeline

  • Type: Firm Fixed-Price (FFP) bilateral contract.
  • Set-Aside: None specified.
  • Response Due: April 6, 2026, 8:30 PM UTC.
  • Published: March 26, 2026.
  • Authority: This order will be issued pursuant to Emergency Acquisition Authority (EAA).

Evaluation & Submission

Offerors must quote a firm fixed price, excluding shipping costs (FOB Origin). Required quote information includes:

  • Your CAGE (awardee CAGE).
  • Unit procurement price (FFP confirmation).
  • Procurement CAGE and packaging CAGE (if applicable).
  • Procurement Acquisition Time (delivery days).
  • Quote validity period. Due to this being a first-time procurement, an informal cost breakdown and/or redacted sales receipt is requested to determine price fairness and reasonableness.

Additional Notes

Applicable clauses include BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM and SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS). Contractors are responsible for obtaining applicable documents and adhering to security prohibitions.

People

Points of Contact

OLIVIA.A.SNYDER.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Mar 26, 2026
STARTER CABINET | GovScope