N0038326RH051
N0038326RH051
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP WEAPON SYSTEMS SUPPORT > NAVSUP WSS PHILADELPHIA > NAVSUP WEAPON SYSTEMS SUPPORT
Quick analysis
NAVSUP WSS presolicitation for a 5-year repair Requirements LTC covering three radar-related NIINs (FSC 5841) under NAICS 334511.
Government explicitly intends to award sole source to BAE (CAGE 0D0D0); items are AMC 3C and source approval is required (FAR 6.302-1).
Trace lacks evidence of Navy NAVSUP WSS radar LRU repair past performance or approved-source status; scope sits outside Trace’s core SATCOM/SE&I lanes.
Primary solicitation was only partially reviewed; Exhibit A text extraction is corrupted. However, the posted synopsis clearly states sole-source intent and SAR requirement, which are decisive blockers.
Scope summary
- Approved-source status with NAVSUP WSS for the three NIINs (AMC 3C); successful Source Approval Request (SAR) if not already approved.
- Depot-level radar receiver-transmitter repair capability for NIINs 015687044, 014813659, 016465802, including parts provisioning within repair price.
- Compliance with UID/serialization and marking (2D data matrix; UID for items ≥$5,000 and specified classes).
- Ability to perform under a 5-year Requirements contract; accept DPAS-rated orders; orders via DD Form 1155.
- Adherence to specified packaging/handling instructions (per RVPR 1106239256).
Dimension scores
Scope is depot/repair of radar receiver-transmitter items (FSC 5841; NAICS 334511) per PKG document and solicitation notes. Trace’s core capabilities emphasize SATCOM, SE&I, CDS, MPE, and IT O&M rather than radar LRU depot repair. No evidence provided of organic radar repair capability.
Company past performance shows DISA, Army, USAF, Space Force, MDA; no evidence of NAVSUP WSS radar repair contracts. This is a new customer/mission area for Trace with limited transferability.
Presolicitation not restricted to a specific vehicle; however, it is intended as a sole-source award to BAE. Vehicle access is not the barrier, but approved-source status is. Scored as full/open access per guidance.
The notice states intent to sole source to BAE (CAGE 0D0D0) and designates items AMC 3C under FAR 6.302-1 with source approval required. This confers a dominant incumbent position to BAE and leaves Trace as a clear underdog.
Very high capture/technical risk: Government source approval is required, evaluation may not complete in time, and award may proceed to meet Fleet needs. Without approved-source status and radar repair credentials, probability of success is extremely low.
Even if accessible, this narrow radar LRU repair LTC offers limited alignment with Trace’s strategic lanes. It does not materially advance Starshield/LEO, MPE/CDS, or JADC2 positions; creating a new NAVSUP WSS repair line is unlikely given sole-source posture.
Compliance hurdle: “Government source approval is required for award” and items are AMC 3C. No evidence Trace is an approved source for these NIINs. While set-aside and NAICS are acceptable, lack of source approval is a likely disqualifier.
Concerns
- Sole-source intent to BAE (CAGE 0D0D0) under FAR 6.302-1 severely limits competitive access.
- Source Approval Request (SAR) processing may not complete in time; government may continue award to meet Fleet needs.
- Lack of proven radar LRU depot repair capability and required test equipment/data rights.
- DPAS-rated order schedule pressures and UID/marking compliance burdens.
- Low projected quantities reduce business case for qualification investment.
Teaming opportunities
- OEM/BAE relationship or licensing unavailable; without OEM support, SAR/qualification is unlikely.
- Approved-source status with NAVSUP WSS absent; requires SAR with qualification data and demonstrations.
- Specialized radar repair/depot facilities, procedures, and test equipment not evidenced in Trace’s portfolio.
Competitive position
- Only viable path would be pursuing NAVSUP SAR with demonstrable radar repair capability—no current evidence supports this.
- Absent OEM support or prior approval, probability of qualification before award is minimal.
Bid/No bid factors
- Notice states intent to award sole source to BAE (CAGE 0D0D0).
- Items designated AMC 3C; FAR 6.302-1 cited; approved-source requirement.
- Solicitation indicates LTC renewal with BAE (incumbent signal).
- Exhibit A extraction corrupted; solicitation only partially reviewed; however, sole-source language is explicit in synopsis.
Documents
Download all
1106239256_EXHIBIT_A.pdf
Download
Filename indicates this is an Exhibit A attachment for the solicitation, but the extracted text is corrupted/encoded and not interpretable. The reviewer could not identify any procurement-relevant information (scope, deliverables, PO location, dates, set-aside, clearances, or incumbency clues) from the extraction. Processing metadata shows the full document was processed and reviewed, so the issue appears to be extraction/encoding rather than an intentional redaction.
- Filename: 1106239256_EXHIBIT_A.pdf — suggests 'Exhibit A' to the solicitation (likely an attachment with scope/requirements).
- Extracted text is garbled/encoded (non-readable characters), preventing identification of scope, deliverables, performance location, dates, or security requirements.
- Processing metadata: processing_mode=full_document and review_status=reviewed — entire file was processed but yielded corrupted text, indicating an extraction/encoding failure.
- Extractor reported as 'ready' in inventory; no selected sections provided — no partial review to rely on.
- No explicit mentions found of NAICS, set-aside, due date, vehicle, incumbent, or teaming instructions in the extracted content.
1106239256_PKG.pdf
Download
Packaging instruction (RVPR) dated 9 Feb 2026 listing three radar-related line items (FSC 5841). The file provides nomenclature, NIINs, unit quantities, and packaging codes for spare/repairable items—useful for logistics/sustainment scope and parts identification.
- Document type: RVPR packaging information, date 9FEB2026
- Three line items (A001–A003) under FSC 5841 (radar equipment)
- Nomenclature: REC-TRANS RADAR; RECEIVER-TRANSMITTER, RADAR; RA, AIRCRAFT, MATERIA
- NIINs provided: 015687044, 014813659, 016465802
- Unit quantity/packaging: EA (each), quantity appears as 1 for listed items
- Includes packaging/handling codes (e.g., BG B ED A; RC A; K3 LT D ED A) relevant to shipping and sustainment
- No contract vehicle, set-aside, place of performance, or pricing info present in this document
Solicitation - N0038326RH051.pdf
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 31 of 61; document flagged too_large) of a NAVSUP WSS Philadelphia solicitation. The file states this will result in a 5-year requirements contract for repair/modification of items listed in Attachment A with firm-fixed prices for ordering periods; orders placed via DD Form 1155 and the contract is DPAS-rated. Selected text includes detailed Unique Item Identifier (UID) / serialization and marking requirements. Review limited to provided sections only.
- Customer: Department of the Navy — NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia (agency from opportunity context and header).
- Contract type/scope: 5-year REQUIREMENTS contract for repair/modification of items specified in Attachment A; priced orders and firm-fixed prices requested for each year.
- Ordering/administration: Orders to be issued on DD Form 1155 (confirming orders allowed via electronic transmission); ordering period = 5 years from award.
- Regulatory/priority: Contract is a DPAS-rated order (Defense Priorities and Allocations System).
- UID / serialization: Detailed Unique Item Identifier (UID) clauses — UID required for delivered items with Government unit acquisition cost $5,000+ and other specified classes; requires 2D data matrix symbology (ISO/IEC 16022) and compliance links.
- Technical NAICS: 334511 (Extracted NAICS provided in opportunity context).
- Set-aside: No set-aside used (opportunity context).
- Incumbency / contractor mention: Document header line: “LPIA LTC renewal with BAE” — indicates potential incumbent or prior contractor involvement (needs verification).
- Solicitation size/structure: Quantities are government estimates (neither minimum nor maximum); all parts for repairs to be furnished by contractor and included in repair price.
- Due date / timeline: Solicitation due date per opportunity context — 2026-06-05T14:00:00-04:00.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 46034
Notice lineage:
- 3829b2a50be84762b753a4e05c159a54 (posted 2026-04-21) - current
- 5d676183fc084296baa79e004d622b95
Last synced: 2026-04-21T19:20:09.542767+00:00
Last analyzed: 2026-04-21T19:21:58.371455+00:00
Latest package fingerprint: be2ddd77a0a0e67fe9f7bd0be7aab7567c9e64313fd8e11d1ed8e7af430492a6
Latest package notice: 3829b2a50be84762b753a4e05c159a54
Latest package documents: 3
Evidence limitations- Solicitation - N0038326RH051.pdf: partially reviewed (too large)
- 2026-04-21T19:20:09.544467+00:00: 3829b2a50be84762b753a4e05c159a54 with 3 docs
Labels
Human notes
No human notes yet.