WIPER ASSEMBLY,OPTI

SOL #: N0010424QXB48Solicitation

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

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

Optical Sighting And Ranging Equipment (1240)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 9, 2026
2
Last Updated
Apr 14, 2026
3
Submission Deadline
Apr 27, 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, specifically NAVSUP Weapon Systems Support Mech, is soliciting quotations for the procurement of WIPER ASSEMBLY, OPTI. This is a Firm-Fixed Price (FFP) contract action for optical sighting and ranging equipment. Quotations are due by April 27, 2026.

Scope of Work

This Request for Quotations (RFQ) is for the procurement of a WIPER ASSEMBLY, OPTI, identified by NSN 7HH 1240-01-531-5140. The contract requires the manufacture and quality assurance of this component, conforming to specified Cage Code/Reference Number items (e.g., 34228 071827).

Key Requirements

  • Marking: Physical identification in accordance with MIL-STD-130, REV N.
  • Packaging: MIL-STD-2073 packaging applies.
  • Inspection: Government Source Inspection is required. The contractor is responsible for all inspection requirements and must maintain records for 365 days post-delivery.
  • Changes: Strict procedures for design, material, servicing, or part number changes, requiring Contracting Officer approval.
  • Authorization: The ultimate awardee must be an authorized source. If not the manufacturer, an official letter/email from the OEM confirming authorized distributorship is required with the offer.
  • Delivery: Accelerated delivery is encouraged.

Contract Details

  • Type: Firm-Fixed Price (FFP) BUY/Procurement.
  • Set-Aside: None specified.
  • Submission: Electronic submission of quotes, representations, and certifications via email to STEPHANIE.R.PEREZ1@NAVY.MIL.
  • Response Due: April 27, 2026, by 4:30 PM Local Time.
  • Published: February 14, 2024 (original solicitation), with the latest amendment on April 14, 2026.

Submission & Evaluation

Quotes should include:

  • New procurement unit price and total price.
  • Procurement delivery lead time (PTAT) in days.
  • Award to CAGE and Inspection & Acceptance CAGE (if different).
  • Cost breakdown (if feasible) and profit rate.
  • Quote expiration date (minimum 90 days requested).
  • Delivery Vehicle (if Delivery Order requested, e.g., if CAGE has a current BOA/IDIQ).
  • Proof of authorized distributorship if not the manufacturer. Award will be issued bilaterally, requiring contractor's written acceptance.

Additional Notes

This opportunity involves potential Foreign Military Sales (FMS). Verify nomenclature, part number, and NSN prior to responding. Ordering information for applicable documents (MIL-STD, etc.) is provided, with some requiring direct contractor acquisition.

People

Points of Contact

STEPHANIE.R.PEREZ7.CIV@US.NAVY.MILPRIMARY

Files

Files

Download
View
View
View
View
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 14, 2026
Version 2
Solicitation
Posted: Mar 5, 2026
View
Version 1
Solicitation
Posted: Feb 9, 2026
View
WIPER ASSEMBLY,OPTI | GovScope