58--LASER INFRARED DEVI, 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's NAVSUP Weapon Systems Support has issued a solicitation for the repair and modification of LASER INFRARED DEVI units (NIIN: 016712005, PN: E01-10016-03). This opportunity seeks qualified contractors to restore 15 units to a Ready For Issue (RFI) condition. Quotes are due by May 4, 2026.
Scope of Work
The contractor will be responsible for providing all necessary facilities, labor, materials, parts, and testing equipment to repair, test, and inspect 15 LASER INFRARED DEVI units. Key requirements include:
- Returning items to a Ready For Issue (RFI) condition.
- Adhering to specific procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR).
- Supplying new parts and materials in accordance with FAR 52.211-5, unless PCO-approved.
- Meeting a Repair Turnaround Time (RTAT) of 180 days after asset receipt.
- Specifying a monthly throughput constraint.
- Ensuring all inductions occur within 365 days of contract award.
- Maintaining a proper enclosed warehouse for storage.
Contract & Timeline
- Opportunity Type: Solicitation
- Set-Aside: None specified
- Response Due: May 4, 2026, 8:30 PM EDT
- Published Date: April 2, 2026
Requirements & Submission
- Government Source Approval: Mandatory. Offerors not currently approved must submit detailed information as per the NAVSUP WSS Source Approval Brochure (available at
https://www.navsup.navy.mil/public/navsup/wss/business_opps/). Failure to provide this data will result in non-consideration. - Quality Standards: Contractors must maintain an ISO 9001/SAE AS9100 compliant quality system and an ANSI/NCSL Z540.3 or equivalent calibration system.
- Configuration Management: A CM plan compliant with NAVSUP WSS clause NAVICPIA18 is required.
- Quote Submission: Via email to
christopher.campellone.civ@us.navy.mil. - Pricing: Offerors unable to determine a Firm Fixed-Price (FFP) must inform the PCO.
- Deliveries: Early and incremental deliveries are accepted and preferred.
- Packaging: MIL-STD 2073 applies.
Contact Information
For inquiries, contact Christopher Campellone at christopher.campellone.civ@us.navy.mil or 215-697-2530.