SWITCH,ROTARY
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) Mech is soliciting for SWITCH, ROTARY (PSC 5930). This opportunity requires vendors to supply items in accordance with detailed technical specifications, including mandatory review of an Individual Repair Part Ordering Data (IRPOD). Proposals are due by April 20, 2026.
Scope of Work
This solicitation is for the procurement of Rotary Switches. The work involves manufacturing and supplying these items, adhering to strict quality, packaging, and documentation requirements. Key aspects include compliance with military specifications, technical data packages, and specific cleanliness controls for packaging.
Contract & Timeline
- Type: Solicitation
- Agency: Dept Of Defense, DEPT OF THE NAVY, NAVSUP WEAPON SYSTEMS SUPPORT MECH
- Product Service Code: 5930 (Switches)
- Set-Aside: None specified.
- Proposal Due: April 20, 2026, 8:30 PM UTC
- Published: March 19, 2026, 8:55 AM UTC
Key Requirements & Instructions
- Mandatory IRPOD Review: Vendors must review the Individual Repair Part Ordering Data (IRPOD) available at the BPMI site. Technical documents (IRPOD, drawings, STRs, military specifications) are accessible via
https://logistics.unnpp.gov/ecommerce(password and pre-registration required). - Order of Precedence: In case of document conflicts, amendments take precedence, followed by the schedule of supplies, terms and conditions, IRPOD/Master Procurement Specification, STRs, drawings, and specifications.
- Waivers/Deviations: Requests for delivery date extensions or waivers/deviations from technical requirements must be submitted with a detailed explanation, justification, and an offer of consideration. Supporting technical data is required for proposed alternate items.
- Quality Assurance: An inspection system acceptable to the Government is required, with records maintained. Quality requirements are detailed in the IRPOD.
- Packaging: Specific packaging requirements apply, including MIL-PRF-23199 and MIL-STD 2073. Cleanliness controls (MIL-STD-767, MIL-STD-2041, Refueling Clean, Reactor Plant Clean) may be invoked. Fire retardant packaging is no longer required. Packaging labels must be marked with IRPOD nomenclature.
- Deliverables:
- A Certificate of Compliance (DI-MISC-81356) is due at the time of material delivery for each unique combination of Contract/PO, NSN, and Item Nomenclature.
- A Procedure Package (DI-QCIC-8871) for pre-manufacturing submittals (procedures, drawings) is due within 45 days after contract award for approval.
- Pricing Validity: Quoted pricing must be valid for 60 days after the closing date, unless otherwise specified.
- Mercury Exclusion: Mercury or mercury-containing compounds shall not be intentionally added or come into direct contact with hardware/supplies.
- DD Form 1423: Detailed explanations are provided for the various blocks of the DD Form 1423, covering data item descriptions, submission frequencies, distribution statements, and pricing groups for deliverable items.
Contact Information
For inquiries, contact TRISHA.J.WERTZ.CIV@US.NAVY.MIL or call 7712290092.