70--DISPLAY UNIT, 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, has issued a Solicitation for the repair and modification of Display Units (P/N 88221C-00, NSN 7025 016565034). This is a Firm Fixed-Price requirement for returning units to a serviceable condition, including overhaul, upgrade, repair, testing, and inspection. Proposals are due by May 4, 2026.
Scope of Work
This opportunity requires contractors to repair, test, and inspect Display Units. The scope includes:
- Comprehensive Repair: Disassembly, cleaning, inspection, repair/replacement of components, reassembly, and testing to return units to a Ready For Issue (RFI) condition.
- Contractor Responsibility: Provision of necessary facility, labor, materials, parts, and test/tooling equipment. Government-furnished property is not provided.
- Material Specifications: Prohibition of MIL-W-81381 wire, requiring SAE-AS22759 series wire instead. Compliance with IPC/EIAJ-STD-001C if MIL-STD-454 is referenced.
- Key Definitions: Detailed procedures for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) are outlined, requiring specific government approvals and documentation.
- Parts and Materials: Contractor is responsible for supplying all parts and materials, which must be new per FAR 52.211-5, unless PCO-approved. Cannibalization requires specific PCO approval.
- Process Control: Contractors must prepare and maintain repair procedures and test/inspection information for Government review and approval.
Contract & Timeline
- Type: Firm Fixed-Price (FFP) Repair Purchase Orders
- Set-Aside: None specified
- Proposal Due: May 4, 2026, 6:00 PM ET
- Published: April 3, 2026
Key Requirements
- Quality Program: Establish and maintain a quality system conforming to ISO 9001/SAE AS9100.
- Calibration System: Maintain a calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1, or equivalent.
- Configuration Management: Maintain a configuration management plan per NAVSUP WSS clause NAVICPIA18.
- Repair Source: The specified repair source is ELBITAMERICA INC, located at 4700 MARINE CREEK PKY, FORT WORTH, TX, CAGE Code 0WEC9.
- Payment: Wide Area Workflow (WAWF) payment instructions apply.
- Mandatory Use: Workflow Pro (WFP) MOD Assist Module is mandatory.
Additional Notes
This opportunity includes clauses for Item Unique Identification and Valuation, Safeguarding Sensitive Conventional Arms, Ammunition, and Explosives, and Buy American-Free Trade Agreements-Balance of Payments Program.