TRIPLEXER/LNA FROM
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, has issued a Request for Quote (RFQ) for the repair of TRIPLEXER/LNA FROM components (PSC 5985). This opportunity seeks qualified contractors to provide repair services with a required Repair Turnaround Time (RTAT) of 150 days. The resultant award will be issued bilaterally, and only authorized distributors of the original manufacturer's item will be considered. Quotes are due by February 18, 2026.
Scope of Work
This solicitation covers the repair and associated quality requirements for the TRIPLEXER/LNA FROM. Key aspects include:
- Performing all repair work in accordance with contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards.
- Physical identification of items in accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Adherence to specific procedures for changes in design, material, servicing, or part numbers.
- Contractor responsibility for all inspection requirements, including testing repaired items per original manufacturer's specifications and drawings.
- Packaging in accordance with MIL-STD 2073.
Key Requirements & Contract Details
- Required RTAT: 150 days from physical receipt of the F-condition asset. Failure to meet this may result in a price reduction.
- Government Source Inspection (GSI) is required.
- Freight: FOB Origin, handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work.
- Contract Type: Offerors must specify if their quote is Firm-Fixed-Price, Estimated, or Not-to-Exceed (NTE). The Government intends to add an option for increased quantities.
- Beyond Repair (BR/BER): Quotes should include a T&E fee/price for items determined BR/BER, with a negotiated reduced contract price not-to-exceed a specified amount.
- Authorized Distributors: Proof of authorization is mandatory with the offer.
- Set-Aside: None specified.
Submission Requirements
Quotes must include:
- Unit Price and Total Price.
- Proposed Repair Turnaround Time (RTAT).
- Indication of Firm-Fixed-Price, Estimated, or Not-to-Exceed (NTE) pricing.
- Return Material Authorization # (RMA), if applicable.
- Delivery Vehicle (if applicable, e.g., BOA/IDIQ).
- T&E fee/price for BR/BER items.
- Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.
- New unit price and delivery lead-time for comparison.
Deadlines & Contact
- Response Due Date: February 18, 2026, 8:30 PM EST.
- Published Date: February 5, 2026.
- Contact: LOGAN.W.MANN.CIV@US.NAVY.MIL, Phone: 717-605-1381.