70--DHA,CONROL DISPLAY, 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, specifically NAVSUP Weapon Systems Support, is soliciting for the repair and modification of DHA, CONROL DISPLAY (P/N 88221B-02, NSN 7025 016236458). This is a Firm Fixed-Price (FFP) opportunity, indicated as an "ONLY ONE OFFER" procurement. The designated repair source is ElbitAmerica Inc. in Fort Worth, TX. Responses are due by May 4, 2026.
Scope of Work
This solicitation requires the contractor to repair, test, and inspect the specified DHA, CONROL DISPLAY units to return them to a serviceable, Ready For Issue (RFI) condition. This includes inspection, component repair and replacement, reassembly, and testing. The contractor is responsible for providing all necessary facilities, labor, materials, parts, and test and tooling equipment.
Key Requirements
- Wire Usage: Prohibits MIL-W-81381 wire; requires SAE-AS22759 series wire.
- Quality System: Contractors must establish and maintain a quality system conforming to ISO 9001/SAE AS9100.
- Calibration System: Must meet ANSI/NCSL Z540.3, ISO-10012-1, or an equivalent.
- Configuration Management: Adherence to NAVSUP WSS configuration management clause NAVICPIA18.
- Parts & Materials: Contractor is responsible for supplying all parts and materials, which must be new per FAR 52.211-5, unless Government Furnished Material (GFM) is specified. Cannibalization requires PCO approval.
- Repair Scenarios: Detailed procedures are outlined for handling Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, requiring specific approvals and documentation from DCMA and the PCO.
- Repair Source: The contractor must specify the name and location of the facility performing the work, with ElbitAmerica Inc. identified as the current/designated source.
Contract & Timeline
- Type: Firm Fixed-Price (FFP)
- Set-Aside: None specified (Only One Offer)
- Response Due: May 4, 2026, 6:00 PM EST
- Published: April 3, 2026
Contact Information
For inquiries, contact SOPHIA.J.NOEL.CIV@US.NAVY.MIL or call 215-697-4313.