AMPLIFIER,SYNCHRO S

SOL #: N0010426QUB14Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States

Place of Performance

Place of performance not available

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

Amplifiers (5996)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 23, 2026
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Apr 9, 2026, 8:30 PM

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 (WSS), is soliciting proposals for the repair of AMPLIFIER,SYNCHRO S (NSN 5996-01-188-0416) under a Firm Fixed-Price (FFP) contract. This opportunity requires contractors to be an authorized repair source and adhere to specific repair turnaround times (RTAT). Proposals are due April 9, 2026.

Scope of Work

This solicitation covers the repair and quality requirements for the AMPLIFIER,SYNCHRO S, specifically Cage Codes 03956 and 90536, reference number 1880416-1. Key requirements include:

  • Repair: Must be for repair, not test and evaluation (T&E) only. Includes all costs associated with receipt and complete repair of material, even if incomplete or damaged.
  • Authorized Source: Offerors must be an authorized repair source. Proof of authorization on company letterhead is required.
  • Mercury-Free: Material must be mercury-free and free from contamination, intended for use on submarines/surface ships. Strict protocols apply.
  • Packaging & Marking: MIL-STD Packaging (MIL-STD 2073) and marking in accordance with MIL-STD-130, REV N.
  • Government Source Inspection: Required.
  • Repair Turnaround Time (RTAT): Requested at 80 days after receipt of asset. A price reduction will be applied for failure to meet RTAT due to inexcusable contractor delay. Offerors must propose their RTAT and throughput constraint.

Contract & Timeline

  • Type: Firm Fixed-Price (FFP) for repair services.
  • Set-Aside: None specified.
  • Response Due: April 9, 2026, by 8:30 PM ET.
  • Published: March 27, 2026 (Amendment date).

Evaluation

Award will be made using Simplified Acquisition Procedures based on the Lowest Price Technically Acceptable (LPTA) source selection process. Proposals will first be evaluated for technical acceptability against the performance work statement, then by price. The contract will be awarded to the responsible offeror with a technically acceptable proposal and the lowest price.

Additional Notes

  • Submission: Electronic submission of quotes, representations, and certifications via email to AARON.D.MCFEE.CIV@US.NAVY.MIL.
  • Quote Requirements: Must include repair unit price, total price, RTAT, new unit price, T&E fee (if asset is Beyond Economical Repair/Beyond Repair), CAGE codes, cost breakdown, and a quote expiration date (minimum 90 days).
  • Contact: Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL or 771-229-0511.

People

Points of Contact

AARON.D.MCFEE.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Mar 27, 2026
Version 1
Solicitation
Posted: Mar 23, 2026
View
AMPLIFIER,SYNCHRO S | GovScope