DISPLAY UNIT

SOL #: N0010426QZA55Solicitation

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 General Purpose Machinery Manufacturing (333998)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Mar 13, 2026
2
Last Updated
Mar 26, 2026
3
Submission Deadline
Mar 27, 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 Mech, is soliciting for the repair and refurbishment of "DISPLAY UNIT" components, which are designated as Fly-By-Wire (FBW) Submarine Flight Critical Components (SFCCs). This is a sole source requirement and will result in a Delivery Order placed on BOA N0010422GZD01. The solicitation is issued under Emergency Acquisition Flexibilities (EAF) and is DO certified for national defense (DPAS). Responses are due March 27, 2026.

Scope of Work

This opportunity involves the repair and refurbishment of critical "DISPLAY UNIT" components for submarine FBW Ship Control Systems. The scope includes:

  • Inspection, teardown, and evaluation (TD&E) of carcasses within 45 days of receipt, followed by a Firm-Fixed Price (FFP) quote for the full repair effort.
  • Refurbishment in accordance with specified technical data packages and standards, ensuring traceability of parts.
  • Compliance with Electrostatic Discharge Control (MIL-STD-1686) and NAVSEA T9044-AD-MAN-010 requirements.
  • Strict configuration control, including procedures for waivers, deviations, and Engineering Change Proposals (ECPs).
  • Adherence to mercury-free requirements.

Contract & Timeline

  • Type: Firm Fixed-Price (FFP) Delivery Order
  • Base Agreement: BOA N0010422GZD01
  • Set-Aside: Sole Source
  • Response Due: March 27, 2026, 8:30 PM UTC
  • Published: March 26, 2026

Key Requirements for Offerors

Offerors must provide estimated or Firm Fixed Price (FFP) pricing, including a beyond repair/economical repair price. Shipping costs should not be included as the government will manage shipping. If the offeror is not the Original Equipment Manufacturer (OEM), the OEM must be stated, and a signed letter of authorization as a distributor is required. The requested Return Around Time (RTAT) for repair is 180 days. All contractual documents will be considered issued upon transmission via mail, fax, or email.

Quality Assurance & Traceability

The contractor must maintain a robust quality system in accordance with standards such as MIL-I-45208, MIL-Q-9858, or ISO9001:2008, with Government Quality Assurance (GQA) at source. Extensive traceability and certification requirements are mandated for SFCC materials, including permanent marking with Special Material Identification Codes (SMIC) and Material Identification and Control (MIC) numbers. Objective Quality Evidence (OQE) must be submitted via Wide Area Work Flow (WAWF) for review and acceptance. Specific waivers apply to paragraphs of DI-QCIC-81110 and DI-MISC-80678.

People

Points of Contact

ROBERT.H.LANGEL.CIV@US.NAVY.MILPRIMARY

Files

Files

View
View

Versions

Version 2Viewing
Solicitation
Posted: Mar 26, 2026
Version 1
Solicitation
Posted: Mar 13, 2026
View
DISPLAY UNIT | GovScope