TRANSPONDER SET
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 TRANSPONDER SETs. This Request for Quote (RFQ) seeks to establish a bilateral contract for repair services, with a target Repair Turnaround Time (RTAT) of 85 days. Quotes are due by April 2, 2026.
Scope of Work
This opportunity covers the repair and associated quality requirements for TRANSPONDER SETs, specifically referencing CAGE Code 65597, Ref. No. CA54250-001. All repair work must adhere to the contractor's standard practices, manuals, and directives, including drawings, technical orders, and approved repair standards. Items must be marked in accordance with MIL-STD-130, REV N. Contractors must obtain final inspection and acceptance by the Government within the established RTATs.
Contract & Timeline
- Opportunity Type: Solicitation (RFQ for Repair)
- Anticipated Award Type: Bilateral Contract (Firm-Fixed-Price, Estimated, or Not-to-Exceed)
- Required RTAT: 85 days (from asset return to acceptance)
- Set-Aside: None specified; consideration for award is limited to authorized distributors of the original manufacturer's item. Proof of authorization is required with the offer.
- Response Due: April 2, 2026, 8:30 PM EDT
- Published: April 2, 2026
Submission Requirements
Quotes must include:
- Unit Price, Total Price, and proposed Repair Turnaround Time (RTAT).
- Capacity constraints if not meeting the 85-day RTAT.
- Return Material Authorization (RMA) number, if applicable.
- Delivery Vehicle information (if a BOA/IDIQ is in place).
- Information regarding previous purchases by NAVSUP WSS or price increases.
- Testing and Evaluation (T&E) fee/price if an asset is determined Beyond Repair (BR/BER).
- Awardee CAGE, Inspection & Acceptance CAGE, and Facility/Subcontractor CAGE.
- New unit price and delivery lead-time for comparison.
- Proof of authorized distributorship on company letterhead.
Additional Notes
- Government Source Inspection (GSI) is required.
- Freight is FOB Origin and handled by the Navy per the Commercial Asset Visibility (CAV) Statement of Work.
- A price reduction will be incurred per unit/per month for failure to meet the required RTAT, unless delays are excusable. Contractors must propose this reduction amount and maximum.
- The Government intends to add an option quantity for increased supplies to the resultant contract.
- Offerors must verify nomenclature, part number, and NSN prior to responding.
- Accelerated delivery is encouraged and accepted at no additional cost.