Opportunity

SAM #N0010426QNC29

Hydraulic Actuator Repair and Modification for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

March 24, 2026

Respond By

April 03, 2026

Identifier

N0010426QNC29

NAICS

333612, 811310

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair and modification services for a hydraulic actuator used in Department of Defense applications. - Government Buyer: - Department of Defense - NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - OEM identified by CAGE code 07270 (specific name not provided) - Only authorized distributors of the original manufacturer's item are eligible - Non-OEM offerors must provide a signed letter of authorization from the OEM - Products/Services Requested: - Repair and modification of hydraulic actuator - Reference: CAGE 07270, Part Number: 32-41695 REV A - Includes teardown and evaluation (TD&E) of actuator carcasses - Firm-fixed price quote required for full repair effort - Cost of new (actual or estimated) must be included for evaluation - Unique/Notable Requirements: - All work must comply with contractor's standard practices, manuals, directives, and government-approved technical procedures - Mercury-free materials required - Compliance with MIL-STD-130 marking and MIL-STD 2073 packaging - Contract is DO certified for national defense under DPAS - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA

Description

Contact Information Code: 4 Reference: N744.4 Type: AWG Contact Method: Email Only Email: JAMES.E.LEWIS5@NAVY.MIL

Document References Item Unique Identification and Valuation (Jan 2023): 19 Inspection of Supplies--Fixed-Price (Aug 1996): 2 Inspection and Acceptance - Short Version: 8 (X marked) Wide Area Workflow Payment Instructions (Jan 2023): 16 Receiving Report and Invoice Combo NA, TBD, N00104, TBD (multiple TBD entries) Monetary Limitation Repair Purchase Orders: 1 (TBD) Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18): 1 (WSS) Transportation of Supplies by Sea (Oct 2024): 2 Buy American-Free Trade Agreements-Balance of Payments Program-Basic (Feb 2024): 11 Notice of Cybersecurity Maturity Model Certification Level Requirements (Nov 2025): 1 Small Business Subcontracting Plan (DoD Contracts)-Basic (Dev 2026-O0037)(Feb 2026): 2 Contractor Purchasing System Administration-Basic (Deviation 2026-O0015): 1 Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(Feb 2026): 7 Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (Feb 2024): 5 Buy American-Balance of Payments Program Certificate-Basic (Feb 2024): 1 Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(Feb 2026): 13 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008): 2 (X marked)

Notes This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. All contractual documents (contracts, purchase orders, task orders, delivery orders, and modifications) related to this procurement are considered "issued" by the Government when copies are mailed, faxed, or sent electronically. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. If the offeror is not the Original End Manufacturer (OEM) of the material, the OEM must be stated (Company Name and CAGE) and a signed letter of authorization as a distributor on the OEM's letterhead must be provided. If the requirement will be packaged at a location different from the offeror's address, the name, street address, and CAGE of the facility shall be provided. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14 shall be inserted in solicitations when the contract is a rated order. Please provide repair price as Estimated (EST) for the full repair effort of the requirement. Vendor shall have 90 days after receipt of carcass(es) to complete a teardown & evaluation (TD&E) and submit a Firm-Fixed Price (FFP) quote for the full repair effort. When submitting a quote, include the cost of new (actual or estimated) for evaluation purposes. Quote shall specify any exceptions including MIL-STD Packaging, Labeling, Inspection & Acceptance locations, Packaging House, surplus materials, etc. If no exceptions are indicated, award shall be based upon solicitation requirements. Changes after award may result in cost deductions. In repair price, include all costs associated with receipt and complete repair of material that may be unwhole, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV Reporting. Also provide: Teardown & Evaluation Rate Repair Turn Around Time (RTAT) Throughput Constraint Induction Expiration Date Quotes shall reference the proposed RTAT and any capacity constraints.

Scope This contract/purchase order contains the requirements for repair and the contract quality requirements for the ACTUATOR, HYDRAULIC.

Applicable Documents The documents listed below form part of this contract/purchase order including modifications or exclusions. Document References must be obtained by the Contractor. Ordering information is included as an attachment.

Requirements Cage Code/Reference Number Items: The ACTUATOR, HYDRAULIC repaired under this contract shall meet operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed according to contractor's repair/overhaul standards, manuals, directives, drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards, and other approved documents. CAGEReference No. 0727032-41695 REV A

Marking This item shall be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012.

Changes in Design, Material Servicing, or Part Number Except for a Code 1 change (part number change only), no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approved by written change order. When changes are made, the contractor shall furnish drawings and explanations for the change. Code Statements: Code 1: Part number change only; parts are identical. Code 2: Assembly (or set or kit) not furnished - used following detail parts. Code 3: Part not furnished separately - use assembly. Code 4: Part redesigned - old and new parts are interchangeable. Code 5: Part redesigned - new part replaces old; old part cannot replace new. Code 6: Part redesigned - parts not interchangeable.

Mercury Free The material supplied is intended for use on submarines/surface ships and shall contain no metallic mercury or contamination. Mercury contamination will cause rejection. If metallic mercury is required as a functional part, written approval must be obtained from the Procurement Contracting Officer with detailed explanation and protection methods. Upon approval, a "Warning Plate" must be provided stating mercury is a functional part. The use of mercury or mercury-bearing instruments in a manner that might cause contamination during manufacture, assembly, or test is prohibited. Mercury switches, thermometers, and other items containing mercury may be used if located to avoid contamination hazard. If contamination is suspected, test by enclosing equipment in an airtight container for 8 hours at room temperature and sample air for mercury vapor concentration. If 0.01 mg/cu meter or more, material is contaminated. These requirements apply to subcontracts and purchase orders, and compliance must be ensured. Technical questions should be referred to the Procurement Contracting Officer via the Administrative Contracting Officer. Mercury is corrosive to many metals used in submarine/surface ship systems and is toxic. Contamination could cause serious damage and health hazards.

Quality Assurance Responsibility for Inspection: Contractor is responsible for all inspection requirements unless otherwise specified. The Government reserves the right to perform inspections as necessary. Responsibility for Compliance: All items must meet contract requirements. Inspection is part of the contractor's quality program. Sampling does not authorize submission of defective material. Records: Inspection records must be kept complete and available to the Government during performance and for 365 days after final delivery. Inspection/Testing Repaired Items: Contractor shall perform all inspection and testing as specified in original manufacturer's specifications and drawings.

Packaging Preservation, packaging, packing, and marking shall be in accordance with the Contract/Purchase Order Schedule and MIL-STD 2073 packaging requirements.

Additional Notes Ordering Information for Document References: The Department of Defense Single Stock Point (DODSSP) website (http://www.dsp.dla.mil/) provides product information for specifications and standards. Most specifications can be obtained from http://quicksearch.dla.mil/. Cancelled documents required by private industry are available in paper format via Subscription Services Desk. Commercial specifications and standards are obtained from publishers of applicable societies. Ordnance Standards, Weapons Specifications, and NAVORD OSTD 600 pages can be requested from Commander, Indian Head Division, Naval Surface Warfare Center, Code 8410P, 101 Strauss Avenue, Indian Head, MD 20640-5035. Requests for "Official Use Only" and "NOFORN" documents must identify the Government Contract Number and be submitted via the cognizant Defense Contract Management Command (DCMC) or PCO as appropriate. NOFORN Military Specifications and Standards are ordered from Contracting Officer, NAVSUP-WSS, Code 87321, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Nuclear Reactor Publications assigned NAVSEA documents are ordered from Commanding Officer, NAVSUP-WSS, Code 009, same address. Technical Manuals assigned NAVSEA Identification Numbers are ordered from Commanding Officer, NAVSUP-WSS, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications must be requested on DD Form 1425 to NAVSUP-WSS.

Distribution Statements In accordance with OPNAVINST 5510.1, all documents and drawings provided by the U.S. Navy to prospective contractors must include a "Distribution Statement" indicating limits of distribution and safeguarding information. Distribution codes for non-classified documents and drawings: A: Approved for public release; distribution is unlimited. B: Distribution authorized to US Government agencies only. C: Distribution authorized to US Government agencies and their contractors. D: Distribution authorized to DoD and DoD contractors only. E: Distribution authorized to DoD Components only. F: Further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X: Distribution authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data per OPNAVINST 5510.161.

Notice to Distributors/Offerors Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. Proof of authorization must be provided on company letterhead signed by a responsible official and sent with the offer to the Procurement Contracting Officer.

Additional Links: See Solicitation N0010426QNC29

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in