58--BLANKER,INTERFERENC, 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, is soliciting for the repair and modification of BLANKER, INTERFERENCE units (P/N 33088-502, NSN 5895 015163875) under Basic Ordering Agreement (BOA) N00383-24-G-B601. The quantity has been amended to 42 units. Proposals are due May 18, 2026.
Scope of Work
This requirement involves the repair, testing, and inspection of BLANKER, INTERFERENCE units to return them to a serviceable, Ready For Issue (RFI) condition. The contractor is responsible for providing all necessary facilities, labor, materials, parts, and test/tooling equipment. Key aspects include:
- Repair Turnaround Time (RTAT): 57 days after asset receipt.
- Throughput Constraint: Contractor must specify monthly throughput.
- Induction Expiration Date: 365 days after contract award.
- Material Requirements: All parts and materials must be new (FAR 52.211-5), with SAE-AS22759 series wire used in lieu of MIL-W-81381. Cannibalization requires specific PCO approval.
- Repair Source: GE AVIATION SYSTEMS LLC, 3290 PATTERSON AVE SOUTHEAST, GRAND RAPIDA, MI 49512-1934 (Cage Code 35351).
- Quality Assurance: Contractor must maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or equivalent.
- Configuration Management: In accordance with NAVSUP WSS NAVICPIA18.
- Packaging: MIL-STD 2073 applies.
Contract & Timeline
- Type: Solicitation (Repair Services under BOA N00383-24-G-B601)
- Quantity: 42 units (amended from 60)
- Set-Aside: None specified
- Proposal Due: May 18, 2026, 8:00 PM EDT
- Published: May 8, 2026
Key Requirements
The contract defines specific conditions for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR), each requiring specific documentation and government approval (DCMA, Inventory Manager, PCO). Reconciliation modifications will be issued based on RTAT performance.
Additional Notes
All contractual documents are considered "issued" upon deposit in mail, facsimile, or electronic commerce methods. Early and incremental deliveries are accepted. For questions, contact SARA.M.WEINERT3.CIV@US.NAVY.MIL.