REPAIR OF NSN 7HH 6130 123989363
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 MECH is soliciting quotes for the repair of NSN 7HH 6130 123989363 (TX Power Supply Mod). This is a high-priority CASREP requirement, necessitating an expedited response. Quotes are due by April 14, 2026.
Scope of Work
This opportunity requires the repair of the TX Power Supply Mod, ensuring it meets operational and functional requirements as represented by CAGE 7Y2U0 and Ref. No. 54.3091.186.00. All repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Key requirements include:
- Repair Service: Primary requirement is the repair of the specified item.
- Technical Requirements: Adherence to technical details in Sections C, D, E, and attachments.
- Marking: Items must be physically identified in accordance with MIL-STD-130, REV N.
- Packaging: Packaging must comply with MIL-STD 2073.
- Quality Assurance: Contractor is responsible for all inspection requirements and compliance, performing all inspection and testing as per original manufacturer's specifications and drawings.
- Configuration Management: Maintain total equipment baseline configuration.
- Unique Item Identification (UII): Adherence to DFARS 252.211-7003.
- Hazardous Material: Identification and Material Safety Data Sheets required if applicable.
Contract & Timeline
- Contract Type: Resultant award will be a Firm-Fixed-Price (FFP), Not-to-Exceed (NTE), or Estimated (EST) price for repair.
- Period of Performance: Delivery requested within 365 days of contract award.
- Option: Government intends to add an option quantity of up to 87% for an additional 365 days.
- Set-Aside: None explicitly stated; bidders must be authorized repair sources.
- Response Due: April 14, 2026, 5:00 PM EDT.
- Published: April 8, 2026.
Submission & Evaluation
- Submission Method: Electronic submission of quotes, representations, and certifications via email to joshua.r.jacobson4.civ@us.navy.mil.
- Quote Requirements: Quotes must include repair unit price, total price, and Repair Turnaround Time (RTAT). If not quoting the requested 365-day RTAT, company capacity constraints must be provided. Quotes limited to test and evaluation (T&E) will not be accepted.
- Price Type: Firm-Fixed-Price, Not-to-Exceed (Ceiling Price), or Estimated.
- Quote Expiration: A minimum of 90 days is requested.
- Evaluation: Award will be made to an authorized repair source. The government is requesting an expedited response.
Additional Notes
This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). Bidders must verify nomenclature, part number, and NSN prior to responding. Government Source Inspection, FOB Source, and CAV Reporting are general requirements. Consideration for award will only be given to authorized distributors of the original manufacturer's item; proof must be provided with the offer.