VPA MDL, ISIS II, T

SOL #: N0010424QYB32Solicitation

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

Bare Printed Circuit Board Manufacturing (334412)

PSC

Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware (5998)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 22, 2024
2
Last Updated
Nov 26, 2025
3
Submission Deadline
Apr 22, 2024, 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 Mechanicsburg (NAVSUP WSS MECH) has issued a solicitation for the repair of VPA MDL, ISIS II, T (NSN: 7HH 5998 016332826, REF NO: ISIS10020M). This opportunity seeks repair quotes on a Not-To-Exceed (estimated) or Firm-Fixed unit price basis. The resultant award will be a bilateral purchase order with a monetary limitation of $37,522.00. Responses are due by February 6, 2026.

Scope of Work

This requirement covers the repair and associated quality assurance for the VPA MDL, ISIS II, T. Key aspects include:

  • Repair Standards: All repair work must adhere to the contractor's standard practices, manuals, directives, drawings, and technical orders.
  • Marking: Items must be physically identified in accordance with MIL-STD-129.
  • Mercury-Free Requirement: Materials supplied must be free from metallic mercury and contamination, intended for use on submarines/surface ships. Strict protocols apply if mercury inclusion is functionally necessary.
  • Electrostatic Discharge Control: Compliance with ANSI/ESD S20.20 is mandatory.
  • Packaging: Preservation, packaging, packing, and marking must follow MIL-STD 2073.
  • Delivery: Early and partial delivery is authorized and desired.

Contract & Timeline

  • Type: Solicitation for repair quotes (leading to a purchase order).
  • Monetary Limit: $37,522.00
  • Set-Aside: None specified.
  • Response Due: February 6, 2026, at 8:30 PM EST.
  • Published: November 26, 2025.

Additional Notes

Offerors must include applicable Return to Manufacturer Authorization (RMA) numbers, repair facility details, and packaging house information. The repair depot CAGE Code is 3NJE3. The solicitation incorporates clauses such as DFARS 252.211-7003 (Item Unique Identification and Valuation) and FAR 52.246-23 (Limitation of Liability). CAV Reporting under NAVSUPWSSFA24 and WEB-BASED COMMERCIAL ASSET VISIBILITY STATEMENT OF WORK (version 8.5) are also applicable. The award will require the contractor's written acceptance.

People

Points of Contact

JAMES.B.BURNETT1@NAVY.MILPRIMARY

Files

Files

View

Versions

Version 3
Solicitation
Posted: Nov 26, 2025
View
Version 2
Solicitation
Posted: Nov 26, 2025
View
Version 1Viewing
Solicitation
Posted: Mar 22, 2024
VPA MDL, ISIS II, T | GovScope