N0010426QQB21
N0010426QQB21
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP WEAPON SYSTEMS SUPPORT > NAVSUP WSS MECHANICSBURG > NAVSUP WEAPON SYSTEMS SUPPORT MECH
Quick analysis
NAVSUP WSS Mechanicsburg RFQ N00104-26-Q-QB21 seeks teardown/evaluate/repair/modify services for a 2.5KVA UPS (NSN 6120-01-691-9198); Amendment 0001 increases quantity to 2 EA.
Work scope is depot-level UPS repair with 81-day RTAT, Government Source Inspection, MIL-STD-2073 packaging, FOB Origin with Government-managed freight via CAV.
NAICS 335311 (power/transformer manufacturing) is listed in Trace’s profile as a registered NAICS with lower BD priority and is outside Trace’s core capabilities (SATCOM, CDS, MPE, C5ISR, IT O&M).
Open competition (no set-aside) provides access but Trace lacks relevant past performance and differentiators for Navy NAVSUP WSS depot repair, resulting in weak technical fit, low strategic value, and high competitive pressure.
Scope summary
- Teardown, evaluation, repair and/or modification of NSN 6120-01-691-9198 (2.5KVA UPS without battery) per RFQ.
- Repair Turnaround Time (RTAT) target: 81 days from asset return.
- Government Source Inspection (GSI) required.
- FOB Origin; Government-managed freight per CAV Statement of Work.
- Packaging per MIL-STD-2073.
- Bilateral award; contractor written acceptance required prior to execution.
- Subcontract reporting of first-tier awards and executive compensation per federal thresholds.
- Cyber/CUI obligations under DFARS 252.204-7012.
- Acknowledge Amendment 0001 changing quantity from 1 EA to 2 EA.
Dimension scores
Scope is teardown/evaluate/repair/modify of a 2.5KVA UPS (NSN 6120-01-691-9198) per RFQ; depot-level power electronics repair is not among Trace’s listed core capabilities. Company profile lists SATCOM, CDS, MPE/coalition C2, tactical edge, IT O&M, SE&I, etc., but not UPS/transformer repair. NAICS 335311 aligns to power equipment manufacturing/repair and is in Trace’s lower-priority NAICS list.
No cited Trace past performance with NAVSUP WSS or Navy depot-level equipment repair. Trace PP centers on DISA MPE-S, Army FSR, USAF/USSF programs, ABMS, MDA SHIELD, GSM-O. The mission (UPS depot repair) is not reflected in Trace’s PP.
Set-aside: None. Open RFQ on SAM; no restricted vehicle needed. While Trace holds SeaPort-NxG, this action is not issued on a Trace-held vehicle. Access is available but not advantaged.
Crowded commodity/repair market where OEMs/authorized repair depots and specialized power-electronics shops are stronger fits. No differentiators (e.g., Starshield, NSA TI) apply. No incumbent advantage indicated.
Moderate-to-high execution risk: depot-level UPS repair capability, parts sourcing, MIL-STD-2073 packaging, GSI, and 81-day RTAT. Partial RFQ extract may omit source-approval or OEM restrictions that could further constrain competition. While classification is not elevated and terms are standard, capability gaps elevate risk.
Low strategic value: small-quantity repair buy in a lower-priority NAICS (335311). Does not advance core lanes (SATCOM, CDS, MPE, JADC2) or target agencies. Limited upside beyond this discrete repair action.
No set-aside barrier; Trace can meet general federal clauses like DFARS 252.204-7012. However, compliance with potential source-approval, OEM authorization, CAV process, and MIL-STD-2073 packaging may require teaming or niche capabilities not evidenced for Trace.
Concerns
- Potential need for OEM authorization or approved-source status (not confirmed in partial extract).
- Lack of in-house UPS/power-electronics depot repair capability may drive quality/schedule risk.
- Tight RTAT (81 days) with GSI could compress schedule if faults/parts are complex.
- Compliance with MIL-STD-2073 packaging and NAVSUP CAV processes may require niche experience.
- Low-dollar, low-quantity repair can limit margin and increase B&P inefficiency.
Teaming opportunities
- UPS OEM-authorized or approved-source repair depot partner.
- Packaging specialist with MIL-STD-2073 experience.
- Teammate with NAVSUP WSS CAV shipping/process familiarity.
Competitive position
- If pursued via an OEM/authorized repair partner: emphasize meeting 81-day RTAT with proven depot processes.
- Demonstrate compliance discipline for GSI and MIL-STD-2073 packaging to reduce reinspection risk.
- Show CAV process proficiency and accurate documentation to minimize logistics friction.
Bid/No bid factors
- Work is outside Trace core capabilities; NAICS 335311 is a lower-priority NAICS in company profile.
- Partial RFQ review (only sections 1 and 15 of 28) may hide source-approval or OEM restrictions.
- Very small scope (qty 2 EA after amendment) suggests limited strategic or revenue impact.
- Crowded commodity repair market with likely OEM/authorized-depot competition.
Documents
Download all
3.01_RFQ_Solicitation_26050-0004.pdf
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 15 of 28) of an RFQ from NAVSUP WSS Mechanicsburg (N00104-26-Q-QB21) for teardown/evaluate/repair/modify of a 2.5KVA UPS (NSN 6120-01-691-9198). The extract shows pricing/RTAT response requirements, contracting/inspection logistics (GSI required, FOB Origin, Government-managed freight via CAV SOW), bilateral award format, and included clauses on subcontract reporting and DFARS cyber incident / CUI safeguarding.
- Solicitation: N00104-26-Q-QB21 (NAVSUP WEAPON SYSTEMS SUPPORT MECHANICSBURG)
- Line item: 0001 — NSN 6120-01-691-9198 — 2.5KVA UPS W/O BAT — TEARDOWN, EVALUATE, REPAIR AND/OR MODIFY
- Quantity: 1 EA with an OPTION for up to 100% of Item 0001
- Government seeks Repair Turnaround Time (RTAT) of 81 days (contractual delivery measured from asset Return)
- Government Source Inspection (GSI) required
- Freight: All freight is FOB Origin; Government handles freight per the Commercial Asset Visibility (CAV) Statement of Work
- Award will be issued bilaterally and requires contractor's written acceptance prior to execution
- Packaging requirement: MIL-STD-2073
- Solicitation includes subcontract reporting requirements (report first-tier subcontract awards and executive compensation for subcontractors meeting federal revenue thresholds; SAM/FPDS prepopulated data) — implies prime reporting burdens
- Solicitation includes DFARS 252.204-7012 (Safeguarding Covered Defense Information and Cyber Incident Reporting) (May 2024 deviation referenced) — CUI/cyber incident obligations and covered contractor information system definition appear
- Contracting office contact data present (M. A. Hill, phone listed) and header dates visible in extracted sections
3.02_Amend(1)_26050-0004.pdf
Download
Standard Form 30 amendment (SF-30) to solicitation N00104-26-Q-QB21 issued by NAVSUP Weapon Systems Support (Mechanicsburg, PA). The administrative modification (Amendment 0001, dated 2026 Apr 09/10) requires acknowledgement and changes line item 0001AA quantity from 1 EA to 2 EA.
- Solicitation/contract identifier: N00104-26-Q-QB21
- Amendment number: 0001
- Effective/issue dates shown: 2026 APR 09 / 2026 APR 10
- Issuing office: NAVSUP WEAPON SYSTEMS SUPPORT MECH, 5450 Carlisle Pike, Mechanicsburg PA
- Form type: STANDARD FORM 30 (FAR 48 CFR 53.243) — amendment/modification template
- Administrative change: line 0001AA quantity changed from 1 EA to 2 EA
- Amendment requires offeror acknowledgement per SF-30 instructions
- Creator office code: N7M2.25 (appears on header)
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 30337
Notice lineage:
- 42c6b19dfab345a19be465f9c9544fd2 (posted 2026-04-13) - current
- bdf2be64befa4ef09f85bbeda1d0d47a
Last synced: 2026-04-21T15:49:52.491228+00:00
Last analyzed: 2026-04-21T15:51:25.343922+00:00
Latest package fingerprint: 11d7abacbad1cbfd972214b9b8d0d585a5355c2beef2c5bf98b65aa18f669024
Latest package notice: 42c6b19dfab345a19be465f9c9544fd2
Latest package documents: 2
Evidence limitations- 3.01_RFQ_Solicitation_26050-0004.pdf: partially reviewed (too large)
- 2026-04-21T15:49:52.493400+00:00: 42c6b19dfab345a19be465f9c9544fd2 with 2 docs
Labels
Human notes
No human notes yet.