SWITCHING UNIT,POWE
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 soliciting proposals for the repair of SWITCHING UNIT,POWE under Emergency Acquisition Flexibilities (EAF). This opportunity requires a Repair Turnaround Time (RTAT) of 88 days and Government Source Inspection (GSI). Proposals are due March 24, 2026.
Scope of Work
This solicitation is for the repair of SWITCHING UNIT,POWE. The contractor will be responsible for performing all repair work in accordance with their standard practices, manuals, and directives, ensuring the repaired units meet the operational and functional requirements specified by Cage Code 04801 and reference number 600-36210-6. This includes inspection, testing, and packaging.
Key Requirements
- Repair Turnaround Time (RTAT): A required RTAT of 88 days is specified, measured from the physical receipt of the F-condition asset at the contractor's facility to asset acceptance by the Government. Failure to meet RTAT will incur a price reduction per unit/per month, up to a maximum amount to be quoted by the offeror.
- Government Source Inspection (GSI): GSI is required for this repair effort.
- Freight: All freight is FOB Origin, with freight handling by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work.
- Quality Assurance: The contractor is responsible for all inspection requirements and must perform inspection and testing per original manufacturer's specifications and drawings. Records must be kept for 365 days.
- Marking: Items must be identified in accordance with MIL-STD-130, REV N.
- Beyond Repair (BR/BER): Offerors must quote a T&E fee/price for items determined BR/BER, which may result in a negotiated reduced contract price (Not-to-Exceed).
Contract & Timeline
- Type: Solicitation for a bilateral award for repair services.
- Set-Aside: None specified.
- Response Due: March 24, 2026, at 8:30 PM EST.
- Published: March 4, 2026.
Submission & Evaluation
Quotes must include: Unit Price, Total Price, selection of Firm-fixed-Price/Estimated/Not-to-Exceed, Return Material Authorization (RMA) number (if applicable), Delivery Vehicle, and proposed RTAT in days. Offerors must also provide capacity constraints if unable to meet the 88-day RTAT. Only authorized distributors of the original manufacturer's item will be considered, and proof of authorization on company letterhead is required with the offer.
Additional Notes
This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). Accelerated delivery is encouraged and accepted at no additional cost to the Government. Offerors should verify nomenclature, part number, and NSN prior to responding.