MOUNT,RESILIENT,GEN
SOL #: N0010425QQB85Solicitation
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
Hardware Manufacturing (332510)
PSC
Hardware (5340)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
May 6, 2026
2
Last Updated
May 7, 2026
3
Submission Deadline
May 8, 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 Mechanicsburg (NAVSUP WSS MECH), has issued a solicitation for the repair of "MOUNT,RESILIENT,GEN". This opportunity requires contractors to provide repair services, including all associated quality assurance and testing, with a target Repair Turnaround Time (RTAT) of 225 days. Offers are due by May 8, 2026, at 4:30 PM Local Time.
Scope of Work
This Request for Quote (RFQ) is for the repair of the "MOUNT,RESILIENT,GEN" item. Key aspects include:
- Repair Services: Contractors must verify nomenclature, part number, and NSN prior to responding. All repair work must adhere to contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards.
- Quality Assurance: The contractor is responsible for all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. Government Source Inspection (GSI) is required.
- Marking & Packaging: Items must be marked in accordance with MIL-STD-130, REV N, and packaged per MIL-STD 2073.
- Repair Turnaround Time (RTAT): The Government seeks a 225-day RTAT, measured from asset return to acceptance. Contractors must quote their RTAT and acknowledge potential price reductions for unexcusable delays.
- Option Quantity: The Government intends to add an option quantity to the resultant contract, allowing for an increase in supplies at the specified unit price.
Contract & Timeline
- Type: Solicitation (RFQ for Repair)
- Set-Aside: None specified
- Response Due: May 8, 2026, 4:30 PM Local Time
- Published: May 7, 2026
- Contract Type: Firm-Fixed-Price (FFP) is expected.
Key Requirements for Offerors
- Authorized Distributors: Only authorized distributors of the original manufacturer's item will be considered for award. Proof of authorization on company letterhead must be submitted with the offer.
- Quote Details: Quotes must include Unit Price, Total Price, proposed RTAT, and a T&E fee if the asset is determined Beyond Repair (BR/BER). Offerors must also provide CAGE codes for awardee, inspection/acceptance, and facility/subcontractor, as well as new unit price and delivery lead-time for comparison.
- Freight: All freight is FOB Origin. The Navy will handle freight as per the Commercial Asset Visibility (CAV) Statement of Work. Accelerated delivery is encouraged.
Contact Information
For questions, contact GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL or call 717-605-6457.
People
Points of Contact
GENEVIEVE.E.MILLER2.CIV@US.NAVY.MILPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: May 7, 2026
Version 1
Solicitation
Posted: May 6, 2026