WIPER ASSEMBLY,OPTI
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 has issued a Request for Quotations (RFQ) for the repair of WIPER ASSEMBLY, OPTI (NSN 7HH 1240-01-531-5140). This opportunity seeks qualified, authorized repair sources to provide services for this optical sighting and ranging equipment component. Quotes are due by May 29, 2026.
Scope of Work
This solicitation requires the repair of the WIPER ASSEMBLY, OPTI. Key requirements include:
- Adherence to MIL-STD-2073 for packaging.
- Compliance with DFARS 252.211-7003 for IUID.
- Use of mercury-free material.
- Physical identification in accordance with MIL-STD-130.
- The awardee must be an authorized repair source.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP), not-to-exceed (NTE) or estimated (EST).
- Delivery: Required within 125 days.
- Repair Turnaround Time (RTAT): Requested at 125 days after receipt of the asset.
- Response Due: May 29, 2026
- Published: April 29, 2026
Submission & Evaluation
Quotes must be submitted electronically via email to taylor.r.arroyo2.CIV@US.NAVY.MIL.
- Quotes limited to test and evaluation (T&E) will not be accepted.
- The quoted price must specifically be for the REPAIR of the item(s).
- A price reduction will be applied for late RTAT, unless the delay is excusable.
- Offerors must provide repair unit price, RTAT, total price, and new unit price for justification.
- If the requested RTAT cannot be met, company capacity constraints must be provided.
Eligibility
This opportunity is open to authorized repair sources only.
Additional Notes
The solicitation includes numerous clauses and provisions covering aspects such as inspection, acceptance, packaging, hazardous materials, cyber incident reporting, and government property management. Detailed technical requirements are provided in Sections C, D, E, and associated attachments.