12--MODULATOR,RADAR - AND OTHER REPLACEMENT PARTS
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 Mechanicsburg, is soliciting offers for the procurement of Radar Modulators and other Replacement Parts. This opportunity is for a Firm-Fixed Price (FFP) contract, requiring electronic submission of quotes. Offers are due by July 1, 2026.
Scope of Work
This solicitation covers the manufacture and quality requirements for two primary items:
- AMPLIFIER, RADIO FRE (SOLID STATE AMPLIFIER, 400 WATT): Part of the AM-7493/SPY-1D(V) DDG91&UP, AMPLIFIER-MONITOR (AEGIS). Requires design, manufacture, and performance per drawing 6710362, cage 53711.
- MODULATOR, RADAR (TWT GRID MODULATOR): Part of the AN-7492/SPY-1D(V), AEGIS WEAPONS SYSTEM. Requires design per Cage Code 53711, ref. no. 6261815-1.
General requirements include MIL-STD Packaging, Government Source Inspection, and FOB Origin freight. Contractors must comply with MIL-STD-130 for marking and MIL-STD-1686 for Electrostatic Discharge Control. Strict procedures are in place for design, material, servicing, or part number changes.
Contract & Timeline
- Type: Firm-Fixed Price (FFP) Procurement
- Set-Aside: None specified
- Proposal Due: July 1, 2026, 7:30 PM UTC
- Published: April 2, 2026
Key Requirements & Evaluation
Only authorized distributors of the original manufacturer's item will be considered, and proof of authorization on company letterhead must accompany the offer. The contractor is responsible for all inspection requirements, with an inspection/quality system acceptable to the Government, in accordance with MIL-I-45208 or ISO 9001/9002 certification. Vendor waivers/deviations must be justified and demonstrate no impact on quality, form, fit, or function. New sources for controlled items must provide qualification data for evaluation.
Submission Instructions
Electronic submission of quotes, representations, and certifications must be sent via email to STEPHANIE.R.PEREZ1@NAVY.MIL.
Additional Notes
Applicable documents (e.g., MIL-STD-130, MIL-STD-1686, ISO9001, ISO9002, MIL-I-45208) must be obtained by the contractor. Ordering information for these documents is provided.