TRANSPONDER SET

SOL #: N0010426QSB53Solicitation

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

Other Communications Equipment Manufacturing (334290)

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
Jan 13, 2026
2
Submission Deadline
Jan 23, 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 WEAPON SYSTEMS SUPPORT MECH is issuing a Solicitation for the repair of TRANSPONDER SETs. This Request for Quote (RFQ) seeks contractors capable of performing repairs with a target Repair Turnaround Time (RTAT) of 85 days. The resultant award will be bilateral, requiring contractor acceptance. Responses are due January 23, 2026.

Scope of Work

The requirement is for the repair of TRANSPONDER SETs, specifically Cage Code 65597, Ref. No. CA54250-001. Work must adhere to the contractor's repair/overhaul standard practices, manuals, and directives. Items must be marked in accordance with MIL-STD-130, REV N. The contractor is responsible for all inspection and testing per original manufacturer's specifications, with Government Source Inspection (GSI) also required. Packaging must comply with MIL-STD 2073.

Contract & Timeline

  • Type: Solicitation (RFQ for repair)
  • Set-Aside: None specified
  • Response Due: January 23, 2026, 8:30 PM EST
  • Published: January 13, 2026
  • Award Type: Anticipated bilateral contract, potentially Firm-Fixed-Price, Estimated, or Not-to-Exceed.
  • Options: The Government intends to include an option for increased quantity.

Key Requirements & Submission

Offerors must provide a quote including Unit Price, Total Price, and their proposed Repair Turnaround Time (RTAT). The Government's target RTAT is 85 days; if this cannot be met, capacity constraints must be provided. A price reduction will be applied for unexcusable RTAT delays. Only authorized distributors of the original manufacturer's item will be considered, and proof of authorization on company letterhead must accompany the offer. Freight is FOB Origin and handled by the Navy. Compliance with Cybersecurity Maturity Model Certification (CMMC) Level Requirements (NOV 2025) is noted.

Contact Information

For inquiries, contact Xavier A. Kellam at XAVIER.A.KELLAM.CIV@US.NAVY.MIL or 717-605-1319.

People

Points of Contact

XAVIER.A.KELLAM.CIV@US.NAVY.MILPRIMARY

Files

Files

View

Versions

Version 1Viewing
Solicitation
Posted: Jan 13, 2026
TRANSPONDER SET | GovScope