Repair of NIINs 016691341 / 016815863 / 016815999
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 (WSS), is soliciting quotes for the repair of specific National Stock Number (NSN) items: 016691341 (Radar Receiver-Transmitter), 016815863 (Computer System), and 016815999 (Flight Display Unit). This is a Solicitation (RFQ) for repair services, with the government contemplating a Firm-Fixed Price contract. This requirement is not a small business set-aside. Quotes are due by April 19, 2026.
Scope of Work
This requirement covers the repair of one unit of NSN 7R5841016691341 (RECEIVER-TRANSMITTER, RADAR), two units of NSN 7R6605016815863 (COMPUTER SYSTEM, SPE), and one unit of NSN 7R6610016815999 (DISPLAY UNIT, FLIGHT). Repairs must meet operational and functional requirements, adhering to the contractor's standard practices, manuals, directives, drawings, technical orders, and approved repair standards. Key requirements include:
- Compliance with DFARS 252.211-7003 for Item Identification and Valuation.
- Configuration management and controls.
- Mandatory ISO 9001 Quality Management Systems or higher.
- Packaging and marking for overseas shipment ("BEST STANDARD COMMERCIAL PACKAGING").
- Identification of hazardous materials and submission of Safety Data Sheets prior to award.
- Unique Item Identification (UII) for items with a Government unit acquisition cost of $5,000 or more.
- Potential involvement of aviation or ship critical safety items requiring heightened surveillance.
Contract & Timeline
- Contract Type: Firm-Fixed Price (contemplated).
- Induction Period: 365 calendar days from contract award, with a government option to extend up to two years.
- Set-Aside: Not applicable / NOT a small business set-aside.
- Quotes Due: April 19, 2026, by 18:00:00Z.
- Published Date: March 20, 2026.
Submission & Evaluation
Contractors must submit quotes that include either a firm-fixed price or TT&E (Time & Test Equipment) pricing, along with estimated repair costs. Offers must provide all data required by the NAVSUP WSS Source Approval Brochure. Government Source Approval is required prior to award. The government intends to award this requirement on a sole source basis under an established Basic Ordering Agreement (BOA) due to a lack of sufficient data to contract with other sources.
Additional Notes
This RFQ is for repair services. Interested parties should contact Anna Kiessling at anna.m.kiessling.civ@us.navy.mil for information. The Source Approval Brochure can be obtained from the NAVSUP website. Offerors are advised to review all incorporated FAR and DFARS clauses and provisions carefully.