N00104-26-Q-QB41
TEARDOWN EVALUATE REPAIR AND OR MODIFY NSN 7HH 5998-01-629-2748
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP WEAPON SYSTEMS SUPPORT > NAVSUP WSS MECHANICSBURG > NAVSUP WEAPON SYSTEMS SUPPORT MECH
Quick analysis
NAVSUP WSS RFQ seeks teardown/evaluate/repair/modify of a specific Navy NSN (5998-01-629-2748) with GSI, MIL-STD-2073 packaging, CAV logistics, and a 92-day RTAT for 35 units.
This is niche depot-level electronics repair under NAICS 335999 (a low-priority NAICS for Trace) and falls outside Trace’s documented core capabilities and past performance lanes.
No vehicle barrier exists (full and open), but competitive position is weak versus OEM/approved repair sources; material compliance and qualification risks are high and strategic value is minimal.
Scope summary
- Capability to teardown, evaluate, repair and/or modify NSN 5998-01-629-2748 (CCA, card, receiver).
- Meet Repair Turnaround Time (RTAT) target of 92 days after receipt of asset (DARO).
- Support Government Source Inspection (GSI) at contractor facility.
- Comply with MIL-STD-2073 packaging requirements.
- Manage logistics per Navy CAV Statement of Work; FOB Origin shipping.
- Provide complete quote with unit/total pricing and RTAT/capacity details.
- Accept bilateral award terms and applicable FAR/DFARS clauses (e.g., 52.204-10, 252.204-7012).
Dimension scores
Scope is depot-level electronics repair of a specific NSN (CCA, card, receiver) per RFQ; Trace’s core capabilities emphasize SATCOM, CDS, MPE, C5ISR, O&M, and integration, not component repair. NAICS 335999 is listed as a registered NAICS with lower BD priority in the company profile. Evidence: Scout ledger scope and NAICS; company_profile core capabilities/NAICS priority.
No documented Trace past performance with NAVSUP WSS or Navy depot repair of CCAs. Trace PP centers on DISA, USAF, Space Force, Army, and MDA in SATCOM/SE&I/O&M domains. Evidence: company_profile past performance list; opportunity is Navy CCA repair.
Full and open RFQ (No set-aside); not restricted to a vehicle Trace lacks. However, it is not on a Trace prime vehicle. Evidence: Scout ledger set-aside = None; base solicitation on SAM.gov.
RFQ likely favors OEM/approved repair sources with required technical data, fixtures, and GSI/CAV experience. No Trace differentiator (e.g., Starshield, NSA TI) is relevant here. Evidence: RFQ indicates GSI, MIL-STD-2073, CAV; company_profile shows no CCA repair differentiator.
High execution risk: probable source-approval/technical-data needs, specialized test/repair capability, GSI scheduling, MIL-STD-2073 packaging, 92-day RTAT, and CAV process compliance. These are not evidenced as existing strengths for Trace. Evidence: Scout ledger requirements; company_profile does not show depot repair capability.
Transactional, low-quantity (35 EA) repair under a low-priority NAICS (335999) and not aligned with Trace target mission lanes or vehicles. Limited pathway to strategic growth. Evidence: Scout ledger quantity/NAICS; company_profile strategic lanes.
While not set-aside and Trace can meet standard cyber clauses, likely approval/qualification, QA system, and CAV/GSI requirements are not evidenced. Significant compliance/qualification gaps remain. Evidence: RFQ shows GSI, CAV, packaging; company_profile lacks proof of OEM/approved repair credentials.
Concerns
- Lack of OEM/approved source status for the NSN may preclude award or effective performance.
- Absence of technical data packages, specialized test equipment, and fixtures required for CCA repair.
- Inability to meet 92-day RTAT across 35 units without established repair line and spares.
- GSI coordination and quality system readiness not evidenced (e.g., ISO/AS).
- Compliance with MIL-STD-2073 packaging and CAV process may require specialized expertise/tools.
- Price competitiveness against incumbent or OEM repair sources.
Teaming opportunities
- OEM or authorized depot repair partner for NSN 5998-01-629-2748.
- Navy-approved repair BOA/IDIQ holder or firm with NAVSUP WSS repair credentials.
- Quality management system (e.g., ISO 9001/AS9100) and GSI-experienced QA lead.
- Packaging specialist for MIL-STD-2073 and compliance documentation.
- CAV-experienced logistics/production control support.
Competitive position
- None apparent—scope is niche depot repair not aligned with Trace differentiators.
Bid/No bid factors
- Outside Trace’s core capabilities; NAICS 335999 marked lower BD priority in company profile.
- Likely OEM/approved-source requirement for CCA repair; Trace has no evidence of such approvals.
- No relevant past performance with NAVSUP WSS depot repairs.
- High execution/qualification risk (GSI, CAV, MIL-STD packaging, RTAT).
- Low strategic value and small quantity (35 EA).
Documents
Download all
3.01_RFQ_Solicitation_25301-0013.PDF
Download
Restricted: Unreadable
Document could not be reviewed because access is restricted or controlled. Analysis continues using other available evidence.
3.01_RFQ_Solicitation_25301-0013.PDF.pdf
No current live SAM.gov attachment matches this stored row.
Partially reviewed: Too large
Partially-reviewed RFQ (sections 1 and 15 extracted) for teardown/evaluate/repair/modify of NSN 5998-01-629-2748 (CCA, card, receiver) issued by NAVSUP WSS Mechanicsburg (Solicitation N00104-26-Q-QB41). Document shows solicitation-level terms: quantity (35 EA listed), government source inspection required, packaging per MIL‑STD‑2073, award will be bilateral, and the Government seeks a Repair Turnaround Time (RTAT) of 92 DARO. Only selected sections were provided (file marked too large), so the brief is based on partial extraction.
- Agency/Issuer: NAVSUP Weapon Systems Support (NAVSUP WSS) Mechanicsburg; Solicitation N00104-26-Q-QB41
- Scope: TEARDOWN, EVALUATE, REPAIR AND/OR MODIFY - NSN 5998-01-629-2748 (CCA, CARD, RECEIVER)
- Quantity: 35 EA shown on schedule (0001AA N00104-26-U-0343 W25G1U 35 EA)
- Repair Turnaround Time (RTAT): Government seeking 92 DARO; RTAT measured from asset Return (CAV Action Date) to Government acceptance
- Inspection: Government Source Inspection (GSI) required
- Logistics/Freight: All freight FOB Origin; Navy handles freight per Commercial Asset Visibility (CAV) Statement of Work
- Award type/administration: Resultant award will be bilateral and requires contractor signed acceptance; references to BOA/IDIQ applicability
- Compliance/clauses present: SAM reporting clause (52.204-10) and DFARS/DFARS-like clause 252.204-7012 (Safeguarding Covered Defense Information & cyber incident reporting) present in extracted sections
- Packaging: MIL-STD-2073 packaging requirements
- Solicitation close/due date: Opportunity metadata shows due 2026-07-20 (document header also references 2026 JUL 20)
- Set-aside: Not set aside (document indicates not a small-business set-aside)
- Quote requirements: Quote must include unit price, total price, and RTAT; asks for capacity constraints if not meeting RTAT
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 46256
Notice lineage:
- b166ea42db0e4eed831e89264e26b515 (posted 2026-04-21) - current
Last synced: 2026-04-21T18:18:12.214343+00:00
Last analyzed: 2026-04-21T18:19:23.471049+00:00
Latest package fingerprint: 614b5a805f31daab7aa9667f5dea3c38309e82a0ff4e3be63e87f051eeeedac0
Latest package notice: b166ea42db0e4eed831e89264e26b515
Latest package documents: 2
Evidence limitations- 3.01_RFQ_Solicitation_25301-0013.PDF: restricted (unreadable)
- 3.01_RFQ_Solicitation_25301-0013.PDF.pdf: partially reviewed (too large)
- Only partial document evidence was available from the upstream package.
- 2026-04-21T18:18:12.216120+00:00: b166ea42db0e4eed831e89264e26b515 with 2 docs
Labels
Human notes
No human notes yet.