TIME/FREQ.DIST UNIT
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 Mech is soliciting proposals for the repair of TIME/FREQ.DIST UNITs. This opportunity is a Total Small Business Set-Aside. The resultant award will be a repair contract, requiring the contractor's written acceptance. Quotes are due by March 23, 2026.
Scope of Work
This contract covers the repair and associated quality requirements for the TIME/FREQ.DIST UNIT. Contractors must verify nomenclature, part number, and National Stock Number (NSN) prior to responding. All repair work shall adhere to the contractor's standard practices, manuals, drawings, technical orders, and approved repair standards.
Key Requirements & Standards
- Operational & Functional Compliance: Repaired units must meet operational and functional requirements as represented by CAGE Code 03NF8 and reference number 001-0151.
- Marking: Items must be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Design Changes: Specific procedures for changes in design, material, servicing, or part number (Codes 1-6) are outlined, with most requiring Procurement Contracting Officer (PCO) approval.
- Mercury-Free: Material supplied must contain no metallic mercury and be free from mercury contamination, especially for use on submarines/surface ships. Strict approval is needed if mercury is a functional part, and subcontractor compliance is required.
- Quality Assurance: The contractor is responsible for all inspection requirements and must perform testing per original manufacturer's specifications. Government Source Inspection (GSI) is required. Records of inspection work must be kept for 365 days.
- Packaging: MIL-STD 2073 packaging applies.
Contract Details & Submission
- FOB: Origin.
- Quote Information: Submissions must include Unit Price, Total Price, an informal cost breakdown (if applicable), and Repair Turnaround Time (RTAT) in days. RTAT is measured from asset return to acceptance.
- Awardee Information: Quotes should specify Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.
- Authorized Distributors: Consideration for award will only be given to authorized distributors of the original manufacturer's item. Proof on company letterhead, signed by a responsible official, must be submitted with the offer.
- Contextual Note: The solicitation notes that ARGON must be listed as the repair entity over Brandywine due to ARGON's proprietary procedure for BLQ10 system testing, which is a predecessor to the full BLQ10 system test.
Timeline & Contact
- Quotes Due: March 23, 2026, 8:30 PM EST.
- Published: February 20, 2026.
- Primary Contact: TYREESE.C.SMITH.CIV@US.NAVY.MIL, 7176055937.