SWITCHING GROUP,DIG
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's NAVSUP Weapon Systems Support (WSS) is soliciting proposals for a competitive repair requirement for SWITCHING GROUP,DIG (NSN 5895016717370). This opportunity seeks to establish a contract for the repair, overhaul, and upgrade of these digital switching groups to a Ready For Issue (RFI) condition. Award will be based on a Lowest Price Technically Acceptable (LPTA) evaluation, and interested parties must be a NAVSUP WSS approved source. Proposals are due March 16, 2026.
Scope of Work
The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment to repair, test, inspect, overhaul, and upgrade the specified items. Key requirements include:
- Quality Control: Adherence to Mil-I-45208A, Mil-Q 9858, ISO-9000/9001/9002, or equivalent, and ISO 9001/SAE AS9100 quality systems.
- Technical Standards: Markings in accordance with MIL-STD-130, use of SAE-AS22759 series wire (prohibiting MIL-W-81381), and compliance with IPC/EIAJ-STD-001C.
- Repair Turnaround Time (RTAT): Required RTAT of 110 days after asset receipt, with contractors required to provide a monthly throughput constraint.
- Induction Expiration: 365 days after contract award date for asset induction.
- Material Responsibility: Contractor to supply all parts and materials, new in accordance with FAR 52.211-5, with PCO approval required for cannibalization or use of other than new material.
- Configuration Management: PCO approval for changes to manuals, drawings, specifications, or repair sources/facilities.
- Special Conditions: Detailed procedures for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, requiring DCMA concurrence and PCO authorization.
Contract & Timeline
- Type: Solicitation for Competitive Repair Requirement (Firm-Fixed Price quotes requested)
- Set-Aside: None
- Proposal Due: March 16, 2026, by 8:30 PM EST
- Published: February 26, 2026
Evaluation
Award will be made to the offeror providing the Lowest Price Technically Acceptable (LPTA) proposal. Offerors must be a NAVSUP WSS approved source for the item to be considered.
Additional Notes
All contractual documents are considered "issued" when transmitted electronically. Early and incremental deliveries are accepted. The contractor must maintain a calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1, or equivalent.