Scout

N0038326QF127

66 - FMS Repair - Display Unit, Flight

DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP WEAPON SYSTEMS SUPPORT > NAVSUP WSS PHILADELPHIA > NAVSUP WEAPON SYSTEMS SUPPORT

New Rejected
Actions
Open SAM.gov
Notice Type Solicitation
Due 2026-05-06
Posted 2026-04-21
NAICS 334511
PSC 6610
Set-aside No Set aside used
Scout Score 4

Quick analysis

RFQ N0038326QF127 (NAVSUP WSS Philadelphia) is a sole‑source repair requirement under an existing BOA for a Critical Application Item: DISPLAY UNIT, FLIGHT, NSN 6610-01-568-7028, P/N 267A740-3, tied to FMS Case DE-P-RAJ.

The solicitation requires Government Source Approval prior to award and states the Government cannot delay award for new source approvals; NAVSUP also notes it lacks sufficient technical data to compete beyond the current source.

Scope (depot-level avionics repair of a specific flight display unit) is outside Trace’s core capabilities and past performance lanes; no evidence Trace is an approved source or holds the BOA.

Access is effectively closed (sole-source via BOA). Given gating source-approval and BOA access, practical win probability is near zero; the small quantity (1 with options up to 10) further limits strategic value.

Scope summary

  • Depot-level repair of DISPLAY UNIT, FLIGHT, NSN 6610-01-568-7028, P/N 267A740-3 (CAI).
  • Government Source Approval prior to award; proposal must include data per NAVSUP WSS Source Approval Brochure.
  • Perform within an induction period of 365 days from award; provide option pricing up to 10 units total.
  • Comply with MIL-STD-2073-1E and MIL-STD-129 packaging/marking and FMS/aviation reusable container rules.
  • CAV/Repairables Portal inventory reporting per solicitation sections.
  • Support FMS shipping/marking and ship-to codes (e.g., DDE005/DDEK00).

Dimension scores

Total - 4/100
Technical Fit - 3/20

Scope is depot-level repair of a specific avionics display unit (NSN 6610-01-568-7028, P/N 267A740-3; CAI) per solicitation. Trace’s core capabilities emphasize SATCOM, CDS, MPE, C5ISR, IT O&M, and SE&I—not OEM/component-level avionics repair. While NAICS 334511 is in Trace’s list, the required technical work is outside demonstrated lanes.

Past Performance - 1/20

No cited Trace past performance with NAVSUP WSS avionics depot repair or OEM-authorized component repair. Company profile does not reference similar Navy/NAVAIR repair programs or approved-source avionics work.

Vehicles / Contract Access - 0/10

The RFQ will be awarded on a sole-source basis under an already established BOA. There is no evidence Trace holds that BOA or has access via an approved prime; thus access is effectively closed.

Competitive Position - 0/15

Explicit sole-source to the current source under a BOA; the Government lacks data to compete and requires pre-award Source Approval. Trace is not identified as the incumbent or an approved source, yielding no competitive position.

Risk - 0/15

Very high, likely disqualifying: Government Source Approval is mandatory and the solicitation states award cannot be delayed for new approvals. Item is a Critical Application Item, increasing technical and QA risk, and Trace lacks demonstrated approval for this P/N.

Strategic Value - 0/10

Minimal strategic value: very small volume (1 with options up to 10), outside Trace’s core mission lanes, and effectively inaccessible due to sole-source BOA and source-approval gating.

Compliance - 0/10

Key compliance gate is Government Source Approval per the NAVSUP WSS brochure; Trace is not indicated as an approved source. Set-aside is None (no issue), but lack of source approval is a likely disqualifier.

Concerns

  • Sole-source award under an existing BOA; non-holders are effectively excluded.
  • Government will not delay award for new source approvals; Source Approval requirement is a gate.
  • Critical Application Item repair requires OEM data/approvals not available to Trace.
  • Unreadable external Source Approval Brochure; however, the requirement to be approved is clear.
  • Small quantity reduces incentive to invest in new approvals or teaming.

Teaming opportunities

  • Lack of access to the incumbent BOA holder; would require teaming with the OEM/approved repair source.
  • No demonstrated Government Source Approval for this NSN/P/N; would need an approved source partner.
  • No evident avionics repair depot capability for this specific display unit.

Competitive position

  • None evident; opportunity is sole-source under an established BOA with a Source Approval gate.

Bid/No bid factors

  • Sole-source under established BOA.
  • Pre-award Government Source Approval required; award will not be delayed for new approvals.
  • Critical Application Item (CAI).
  • Outside Trace’s core capabilities and past performance.

Documents

Download all
Links.txt Unavailable

No current live SAM.gov attachment matches this stored row.

Summary

This file contains a single external link to the NAVSUP WSS Source Approval Brochure on the NAVSUP Business Opportunities site and provides no solicitation details. It points reviewers to an external brochure that may contain source-approval requirements for NAVSUP WSS procurements.

  • Contains link to NAVSUP WSS Source Approval Brochure (navsup.navy.mil Business Opportunities Home).
  • No solicitation-specific details included in this file (no specs, due date, NAICS, set-aside, POA, or contact info).
  • External brochure may contain source-approval/ vendor-eligibility guidance or required registration steps that could gateability for NAVSUP WSS awards — file requires follow-up to retrieve that content.
N0038326PR0R565.docx Download
Summary

Section D packaging/preservation exhibit for requisition/contract N0038326PR0R565 describing MIL-STD-based preservation, packaging, packing and marking requirements; it focuses on reusable NSN container rules, preservation method (CLEAN/DRY), and references NAVICP-4030/1 (Rev. 3-2025). The exhibit includes contractor vs. government-furnished container rules and procedural requirements for repair contracts and FMS items.

  • Document is Section D: Preservation, Packaging, Packing and Marking Requirements for requisition/contract N0038326PR0R565.
  • References MIL-STD-2073-1E (packaging) and MIL-STD-129 (marking) and NAVICP-4030/1 (Rev. 3-2025) — indicates mandatory DoD packaging/marking standards to follow.
  • Reusable NSN containers: FMS, JPO or other Foreign Forces acquisitions require contractor-furnished material (CFM) for reusable NSN containers (explicit FMS clause).
  • Aviation-material reusable containers are government-furnished (GFM) except fast pack; for repair contracts contractor must request GFM reusable containers at least 30 days prior to anticipated shipping date (logistics/timeline constraint).
  • Contact for GFM container requests provided: usn.philadelphia.navsupwssphil.mbx.navsupcrf@us.navy.mil (coordination requirement with NAVSUP WSS Philadelphia).
  • Example item/container NSNs shown (e.g., 7R-6610-01-568-7028 and sample container NSN 8145 012622982) and preservation method noted as CLEAN / DRY — useful for identifying affected parts and handling.
  • Form is primarily packaging/spec-compliance; no SOW, pricing, place-of-performance, security/clearance, or incumbent details included in this file.
NAVSUP WSS Source Approval Brochure Open link

Restricted: Unreadable

Summary

Document could not be reviewed because access is restricted or controlled. Analysis continues using other available evidence.

Solicitation - N0038326QF127.pdf Download

Partially reviewed: Too large

Summary

RFQ N0038326QF127 (NAVSUP WSS Philadelphia) is a Request for Quotation for repair of a Government-owned item (FMS) identified by NSN 6610 015687028 / Part Number 267A740-3, CAI, quantity 1 with option pricing requested up to 10 units. The procurement is being handled as a sole-source requirement under an established BOA, is not a small-business set-aside, and the contractor must comply with NAVSUPWSS inventory/CAV reporting requirements; only sections 1 and 15 of 29 were provided for review.

  • Solicitation/RFQ number: N0038326QF127 (NAVSUP WSS Philadelphia).
  • Procurement type: RFQ; stated NOT a small business set-aside; handled as sole source under an established BOA.
  • Item for repair: NSN 6610 015687028 (National Stock Number 6610015687028), Part Number 267A740-3; described in Section B as DISPLAY UNIT, FLIGHT; marked CAI (Critical Application Item).
  • FMS Case: DE-P-RAJ (Foreign Military Sales).
  • Quantity: initial QTY 1; contractor must propose option pricing for up to 10 units total across contract period.
  • Induction period: 365 calendar days from award for initial units; Government may extend by another 365 days (up to 2 years).
  • Pricing arrangement: Firm Fixed Price; government may calculate threshold value by highest proposed unit price × max units.
  • RTAT and turnaround: RTAT listed as TBD days after induction; throughput constraint shows "000/month" (unclear/placeholder).
  • Source approval: Requires Government Source Approval before award; offers must include data per NAVSUP WSS Source Approval Brochure (link provided).
  • Logistics/ship-to: Ship to code DDE005; Mark For DDEK00; SUPPAD: DA5RAJ (established shipping/consignee codes present).
  • Contract reporting: Incorporates CAV/Repairables Portal (inventory transaction reporting) requirements; see Section F and NAVSUP link.
  • Contract clauses: Includes FAR clauses (termination, Limitation of Govt Liability, and 52.219-28 Postaward Small Business Program Rerepresentation deviation 2026-O0038).
  • Point of contact: Mrs. Dana Scott (email: dana.l.scott14.civ@us.navy.mil) shown for questions.
  • Document review: Only sections 1 of 29 and 15 of 29 were extracted; remainder of solicitation (full SOW, performance location, delivery schedule, pricing tables, evaluation criteria, incumbent info, security/clearance requirements) was not provided in the extraction.
  • NAICS (opportunity context): 334511 — Electronic Instrument Manufacturing (matches solicitation NAICS and Trace primary NAICS list).
Technical details

Entry: sync

Review status: Up to date

Logical upstream opportunity: 46195

Notice lineage:

  • 879f37978d9b476888d4e5b83c999c45 (posted 2026-04-21) - current

Last synced: 2026-04-21T18:30:15.405563+00:00

Last analyzed: 2026-04-21T18:32:20.110239+00:00

Latest package fingerprint: 22a8e7b27e4e61bb39a3f964b0ed917dce6481a6ddc1b2aee6d43677bcced566

Latest package notice: 879f37978d9b476888d4e5b83c999c45

Latest package documents: 4

Evidence limitations
  • NAVSUP WSS Source Approval Brochure: restricted (unreadable)
  • Solicitation - N0038326QF127.pdf: partially reviewed (too large)
  • Only partial document evidence was available from the upstream package.
Recent package history
  • 2026-04-21T18:30:15.407529+00:00: 879f37978d9b476888d4e5b83c999c45 with 4 docs

Labels

Human notes

No human notes yet.

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches