TERMINAL,VOICE COMM

SOL #: N0010426QXA56Solicitation

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

Telephone Apparatus Manufacturing (334210)

PSC

Legacy Analog Voice Communications Equipment, Hardware, And Software Used To Connect End Users To The Organization's Voice Systems. Includes Analog Transmission And Transport Equipment, Physical Communications Infrastructure Carrying Analog Signals Over Copper Wiring (Outside And Inside Plant), Products And Tools That Enable Or Distribute Voice Services Through On Premise Analog Equipment Including Pbx, Voicemail, And Handsets. (7G20)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 8, 2025
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Mar 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 (NAVSUP WSS) has issued a Solicitation for the repair of TERMINAL, VOICE COMM (NSN/Part Number verification required). This opportunity seeks authorized repair sources to provide firm-fixed, not-to-exceed, or estimated pricing for repair services. Quotes are due by March 6, 2026.

Scope of Work

This solicitation covers the repair of TERMINAL, VOICE COMM (CAGE 0KPC5, Ref. No. CT-5200). Key requirements include:

  • Repair services must meet operational and functional requirements per manufacturer specifications.
  • Adherence to MIL-STD Packaging and MIL-STD-130 for marking.
  • Government Source Inspection and CAV Reporting.
  • Contractor is responsible for all inspection and testing per original manufacturer's specifications.
  • Throughput constraint and Induction Expiration Date (365 days post-award) must be addressed.

Contract & Timeline

  • Type: Solicitation for Repair (Firm-Fixed Price, Not-to-Exceed, or Estimated)
  • Response Due: March 6, 2026, 8:30 PM EST
  • Published: February 5, 2026
  • Set-Aside: None specified
  • Options: Government intends to include an option for up to 100% (3 EA) additional quantity for 365 days, incorporating FAR Clause 52.217-6.

Submission Requirements

Quotes must be submitted electronically to BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL and include:

  • Repair unit price, total price, and indicated price type.
  • Proposed Repair Turnaround Time (RTAT) (requested 100 days).
  • Price reduction amount for failure to meet RTAT.
  • New unit price and delivery lead time (if applicable).
  • T&E fee/price for Beyond Economical Repair (BER) items.
  • CAGE codes for award, inspection/acceptance, facility, and packaging.
  • Basis of quoted pricing and cost breakdown (if feasible).
  • Quote expiration date (minimum 90 days).
  • Proof of authorized distributorship on company letterhead.

Additional Notes

Offerors must be an authorized repair source for the item. Quotes limited to test and evaluation (T&E) will not be accepted. A price reduction will be incurred for failure to meet the required RTAT due to inexcusable contractor delay.

People

Points of Contact

BRIAN.J.CAWLEY2.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Feb 5, 2026
Version 1
Solicitation
Posted: Dec 8, 2025
View
TERMINAL,VOICE COMM | GovScope