TRANSMITTER,INFRARE
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) Mechanicsburg, has issued an amendment to reopen a solicitation for the procurement of TRANSMITTER,INFRARE components. This opportunity is for CASREP items essential for the 5"/54-Caliber Gun Mount MK45. The solicitation is a Total Small Business Set-Aside. Proposals are due by June 15, 2026.
Scope of Work
This contract requires the manufacture and adherence to specific quality requirements for the TRANSMITTER,INFRARE, based on drawing 5181698 and associated specifications. Key aspects include:
- Manufacturing and design in compliance with drawing 5181698 and related documents.
- Physical identification in accordance with MIL-STD-130.
- Configuration control using tailored MIL-STD-973 Short Form procedures.
- Use of Government Qualified Products List (QPL) suppliers for components.
- Required Production Lot Test Procedures, Production Lot Approval, and 100% production testing.
Contract & Timeline
- Type: Firm Fixed Price (for CASREP items)
- Set-Aside: Total Small Business
- Proposal Due: June 15, 2026, by 8:30 PM UTC (extended by this amendment)
- Published: May 15, 2026 (amendment date)
- Agency: NAVSUP Weapon Systems Support MECH, Dept Of The Navy, Dept Of Defense
- Product Service Code: 7G20 (Legacy Analog Voice Communications Equipment)
Requirements & Quality Assurance
Offerors must quote a Firm Fixed Price, excluding shipping costs as the government will manage shipping. Bidders must verify compliance with FAR Clauses 52.204-24, 52.204-25, and DFARS Clauses 252.204-7008, 252.204-7012, and provide Procurement Acquisition Lead Time (PALT). The contractor is responsible for all inspection requirements, maintaining an inspection system per MIL-I-45208, and keeping records for 365 days post-delivery. Production lot testing must follow approved procedures for drawing 5181698, with acceptance delegated to DCMC-QAR. Packaging must comply with MIL-STD 2073.
Additional Notes
Master Phototools (Artwork) for drawing 5181689 will be provided by Naval Surface Warfare Center, Port Hueneme Detachment Louisville. Only authorized distributors of the original manufacturer's item will be considered for award; proof of authorization on company letterhead is required with the offer. All contractual documents will be issued bilaterally, requiring contractor's written acceptance. Technical inquiries on company letterhead should be submitted to the Contracting Officer.