58--AMPLIFIER-MODULATOR, IN REPAIR/MODIFICATION OF
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 MECH has issued a Solicitation for the repair and modification of AMPLIFIER-MODULATOR units. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF) and is designated as a Total Small Business Set-Aside. Proposals are due April 17, 2026.
Scope of Work
This contract requires the repair and modification of AMPLIFIER-MODULATOR units to meet specific operational and functional requirements, identified by CAGE Code 04808 and Reference Number 5D89702G01. All repair work must be performed in accordance with the contractor's repair/overhaul standard practices, manuals, and directives, including drawings and technical orders. Key requirements include:
- Marking: Items must be physically identified in accordance with MIL-STD-129.
- Design Changes: Specific procedures for handling changes in design, material, servicing, or part numbers (Codes 1-6) require approval from the NAVICP-MECH Contracting Officer.
- Mercury Free: Materials supplied must be free from metallic mercury and contamination, particularly for use on submarines/surface ships. Written approval is mandatory for any functional inclusion of mercury.
- Quality Assurance: The contractor is responsible for all inspection and testing requirements as specified in the original manufacturer's specifications and drawings, maintaining records for 365 days.
- Packaging: Preservation, packaging, packing, and marking shall be in accordance with MIL-STD 2073.
Contract & Timeline
- Type: Solicitation (resultant award will be bilateral)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Option: Includes an option for increased quantity, exercisable 365 days after the issuance of the award. Pricing for this option is requested.
- Response Due: April 17, 2026, 8:30 PM EDT
- Published: March 18, 2026
Evaluation
Award will be based on the best value to the Government, with price as a secondary evaluation factor, inclusive of the option provision.
Additional Notes
This requirement falls under Emergency Acquisition Flexibilities (EAF). Any contract awarded will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Offerors who are not the Original Equipment Manufacturer (OEM) must state the OEM's company name and CAGE, and provide a signed letter of authorization as a distributor. If packaging occurs at a location different from the offeror's address, the facility's name, street address, and CAGE must be provided.