REPAIR OF NSN 7HH 6130 123989361; ITEM NAME: PRIMARY POWER MODUL
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) Mechanicsburg is soliciting quotes for the repair of NSN 7HH 6130 123989361, a PRIMARY POWER MODUL. This is a high-priority CASREP requirement, necessitating an expedited response. Quotes are due by April 14, 2026.
Scope of Work
The requirement is for the repair of the PRIMARY POWER MODUL, ensuring it meets operational and functional requirements as represented by CAGE Code 7Y2U0 and reference number 54.3090.026.00. All repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Marking shall be in accordance with MIL-STD-130, REV N. Changes in design or material require prior approval from the NAVICP-MECH Contracting Officer.
Contract Details
The resultant award will be issued bilaterally, implying a Firm-Fixed-Price (FFP), Not-to-Exceed (NTE), or Estimated (EST) price for repair. Key requirements include compliance with IUID (DFARS 252.211-7003) and packaging in accordance with MIL-STD-2073. A Repair Turnaround Time (RTAT) of 365 days after receipt of asset is specified, and bidders must provide their monthly throughput. A Reconciliation Price Reduction will be incurred for RTAT delays not deemed excusable.
Submission & Evaluation
Quotes must be submitted electronically to joshua.r.jacobson4.civ@us.navy.mil. Submissions must include repair unit price, total price, RTAT (with capacity constraints if not meeting the requested RTAT), and the indicated Price Type (FFP, NTE, or EST). Offerors should also provide new unit delivery lead time, T&E fee/price (if applicable), basis of quoted pricing, and a cost breakdown if feasible. Quotes must have a minimum 90-day expiration. Evaluation will consider item risk, price risk, and supplier risk.
Eligibility & Set-Aside
Consideration for award will only be given to authorized distributors/repair sources of the original manufacturer's item. Proof of authorization on company letterhead, signed by a responsible official, must be submitted with the offer.
Additional Notes
This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). General requirements include MIL-STD Packaging, Government Source Inspection, FOB Source, and CAV Reporting. Information on obtaining applicable documents and distribution statements is provided in the Statement of Work.