MODULATOR SUBASSEMB
SOL #: N0010424QND95Solicitation
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
Other Communications Equipment Manufacturing (334290)
PSC
Legacy Analog Voice Communications Equipment, Hardware, And Software Used To Connect End Users To The Organization's Voice Systems. Includes Analog Transmission And Transport Equipment, Physical Communications Infrastructure Carrying Analog Signals Over Copper Wiring (Outside And Inside Plant), Products And Tools That Enable Or Distribute Voice Services Through On Premise Analog Equipment Including Pbx, Voicemail, And Handsets. (7G20)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 9, 2026
2
Last Updated
Mar 23, 2026
3
Submission Deadline
Apr 13, 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 offers for a MODULATOR SUBASSEMB under Emergency Acquisition Flexibilities (EAF). This is a Total Small Business Set-Aside opportunity. The resultant award will be issued bilaterally, requiring contractor acceptance. Offers are due by April 13, 2026.
Scope of Work
This requirement covers the manufacture and quality assurance of the MODULATOR SUBASSEMB. Key specifications include:
- Cage Code/Reference Number Items: Specifically, Cage 32964, ref. no. 385-4060-11.
- Marking: Items must be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012.
- Design Changes: Specific procedures are outlined for changes in design, material, servicing, or part number, requiring Contracting Officer approval.
Contract Details
- Opportunity Type: Solicitation
- Set-Aside: Total Small Business Set-Aside
- Product Service Code: 7G20 (Legacy Analog Voice Communications Equipment)
- Delivery: CLIN 0001AA requires delivery within 180 days.
- Payment: Wide Area Workflow (WAWF) payment instructions apply, requiring Stand-Alone Receiving Report - Certifications or COMBO - Receiving Report & Invoice - Material.
- Warranty: One year from the date of delivery for noncomplex supplies.
- Priority Rating: Any contract awarded will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).
Important Notes for Offerors
- Original End Manufacturer (OEM): If the offeror is not the OEM, the OEM's name and CAGE must be stated, and a signed letter of authorization as a distributor on the OEM's letterhead must be provided.
- Authorized Distributors: Consideration for award will only be given to authorized distributors of the original manufacturer's item. Proof of authorization on company letterhead, signed by a responsible official, must accompany the offer.
- Packaging Location: If packaging occurs at a different location than the offeror's address, the facility's name, street address, and CAGE must be provided.
- Quality Assurance: The contractor is responsible for all inspection requirements and maintaining records for 365 calendar days after final delivery.
- Packaging: MIL-STD 2073 packaging applies.
Deadlines & Contact
- Offers Due: April 13, 2026, 8:30 PM EST
- Primary Contact: JOCELYNE.DZONANGFOUEGO.CIV@US.NAVY.MIL, Phone: 717-605-2982
People
Points of Contact
JOCELYNE.DZONANGFOUEGO.CIV@US.NAVY.MILPRIMARY