GENERATOR,PULSE
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 of Pulse Generators (NIIN: 014941049, P/N: GP1552WR). This opportunity requires contractors to restore these units to a Ready For Issue (RFI) condition, adhering to strict repair turnaround times and quality standards. The quantity required has been increased from 5 to 10 units. Quotes are due by April 27, 2026.
Scope of Work
This solicitation covers the repair, testing, and inspection of Pulse Generators. Key requirements include:
- Repair Turnaround Time (RTAT): 37 days after physical receipt of the asset at the contractor's facility.
- Throughput Constraint: Contractors must specify a monthly repair throughput.
- Induction Expiration: 365 days after contract award date.
- Government Source Approval: Required prior to award. Offerors not currently approved must submit detailed information as per the NAVSUP WSS Source Approval Brochure. Failure to provide required data will result in non-consideration.
- Repair Standards: All repairs must be performed in accordance with specified technical publications and approved written procedures. Changes to manuals, drawings, or specifications require Procuring Contracting Officer (PCO) approval.
- Material Requirements: Contractors are responsible for supplying all necessary parts and materials, which must be new per FAR 52.211-5, unless PCO-approved otherwise. Cannibalization is generally not authorized without specific PCO approval.
- Quality Assurance: Contractors must establish and maintain a quality system compliant with ISO 9001/SAE AS9100 and a calibration system meeting ANSI/NCSL Z540.3 or ISO-10012-1.
- Conditions: Detailed procedures are outlined for Beyond Economical Repair (BER), Missing on Induction (MOI), and Over and Above Repair (OAR) items, all requiring DCMA concurrence and PCO authorization.
Contract & Timeline
- Type: Solicitation (for repair services)
- Item: GENERATOR,PULSE (Quantity: 10)
- Set-Aside: None specified
- Response Due: April 27, 2026, 8:30 PM EST
- Published: March 26, 2026
- Deliveries: Early and incremental deliveries are accepted and preferred.
Submission & Contact
Quotes should be submitted via email to dana.n.knittel.civ@us.navy.mil. If a Firm Fixed Price (FFP) cannot be determined, the PCO should be informed. For questions, contact DANA.N.KNITTEL.CIV@US.NAVY.MIL at 215-697-5047.