Opportunity

SAM #N0010426QYA7X

Repair Services for Valve, Linear, Direct (Part Number 20193-009, CAGE 78062)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

March 24, 2026

Respond By

April 08, 2026

Identifier

N0010426QYA7X

NAICS

332919, 811310

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a Valve, Linear, Direct used on submarines and surface ships. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg - OEM and Vendor Information: - OEM must be identified if the offeror is not the manufacturer - CAGE code 78062 is associated with the valve - Letter of authorization required if not the OEM - Product/Service Requested: - Repair and overhaul of Valve, Linear, Direct - Part Number: 20193-009 - CAGE: 78062 - Item must be mercury-free - Suitable for use on submarines and surface ships - Notable Requirements: - Compliance with MIL-STD-129 marking and MIL-STD 2073 packaging - Quality assurance, inspection, and testing required - Requested Repair Turn Around Time (RTAT): 200 days - Contract is DO certified for national defense (DPAS) - One-year warranty from date of delivery

Description

Contact Information Code: 4 Reference: N741.11 Office: GDH Email: ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL

Item Unique Identification and Valuation (Jan 2023) Code: 19

Inspection of Supplies--Fixed-Price (Aug 1996) Code: 2

Inspection/Acceptance Point Code: 6 Status: TBD

Wide Area Workflow Payment Instructions (Jan 2023) Code: 16 Details: Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material Office: N00104 Other: W25G1U-1

Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Code: 1 Office: WSS

Warranty of Supplies of a Noncomplex Nature (June 2003) Code: 6 Warranty Period: One year from date of delivery

Notice of Cybersecurity Maturity Model Certification Level Requirements (Nov 2025) Code: 1

Small Business Subcontracting Plan (DoD Contracts) - Basic (Deviation 2026-O0037) (Feb 2026) Code: 2

Contractor Purchasing System Administration - Basic (Deviation 2026-O0015) Code: 1

Security Prohibitions and Exclusions (Class Deviation 2026-O0025) (Feb 2026) Code: 7

Alternate A, Annual Representations and Certifications (Deviation 2026-O0043) (Feb 2026) Code: 13

Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008) Code: 2 Priority: X

Additional 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 the offeror must provide a signed letter of authorization as a distributor on the OEM's letterhead. If packaging occurs at a different location than the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility. Any contract awarded 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. Vendor shall have 90 days after receipt of carcass(es) to complete teardown & evaluation (TD&E) and submit a Firm-Fixed Price (FFP) quote for full repair. Quotes should include cost of new (actual or estimated) for evaluation purposes. Quotes 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 on solicitation requirements. Repair price must include all costs associated with receipt and complete repair of material in unwhole condition, missing hardware, damaged parts, handling damage, missing parts, wear damage, and CAV Reporting. Also provide: Teardown & Evaluation Rate Repair Turn Around Time (RTAT) Throughput Constraint Induction Expiration Date Price Reductions: Any asset not meeting required RTAT will incur a price reduction of TBD per unit, implemented via Reduction Modification at contract end. Price reductions do not limit other Government remedies including termination for default. Contractor must obtain final inspection and acceptance by Government for all assets within RTAT established in contract.Requested RTAT: 200 Days. Quotes shall reference proposed RTAT and any capacity constraints. This order is issued under the Basic Ordering Agreement (BOA) N0010424GZ901. Terms and conditions of the BOA are incorporated by reference and remain in full force. In case of conflict, BOA terms apply.

Scope This contract/purchase order contains requirements for repair and quality for the VALVE, LINEAR, DIRECT.

Applicable Documents Documents listed form part of this contract/purchase order including modifications or exclusions. Document References must be obtained by the Contractor. Ordering information is attached. Document Reference: MIL-STD-129

Requirements Cage Code/Reference Number Items: The VALVE, LINEAR, DIRECT repaired shall meet operational and functional requirements represented by the Cage Code(s) and reference number(s) below. Repair work shall follow contractor's repair/overhaul standards, manuals, directives, drawings, technical orders, tooling instructions, approved repair standards, and other approved documents. CAGE: 78062 Reference No.: 20193-009

Marking Item shall be physically identified per MIL-STD-129.

Changes in Design, Material Servicing, or Part Number Except for Code 1 changes, no substitutions shall be made until NAVICP-MECH Contracting Officer approval via written change order. For substitutions, provide drawing and explanation. Shop drawings acceptable if finished detail drawings unavailable. Notify Procurement Contracting Officer with code number indicating type of change: Code 1: Part number change only; parts identical. Code 2: Assembly (or set/kit) not furnished; use detail parts. Code 3: Part not furnished separately; use assembly. Code 4: Part redesigned; old and new parts interchangeable. Code 5: Part redesigned; new replaces old; old cannot replace new. Code 6: Part redesigned; parts not interchangeable.

Mercury Free Material supplied shall contain no metallic mercury and be free from mercury contamination. Mercury contamination causes rejection. If mercury inclusion is required, obtain written approval from Procurement Contracting Officer with detailed explanation. Use of mercury or mercury-bearing instruments in manufacture, assembly, or test is prohibited unless located to avoid contamination hazard. If contamination suspected, test by enclosing equipment in airtight container for 8 hours at room temperature; mercury vapor concentration ≥ 0.01 mg/cu meter indicates contamination. Requirements apply to subcontracts; Contractor shall ensure compliance. Technical questions referred to Procurement Contracting Officer via Administrative Contracting Officer. Mercury is corrosive and toxic; contamination can cause serious damage and health risks.

Quality Assurance Responsibility for Inspection: Contractor responsible for all inspection unless specified otherwise. Government reserves right to perform inspections. Inspection/Testing Repaired Items: Contractor shall perform all inspection/testing per original manufacturer's specifications and drawings. Records: Inspection records kept complete and available to Government during contract and for 365 days after final delivery.

Packaging Preservation, Packaging, Packing, and Marking per Contract/Purchase Order Schedule and MIL-STD 2073.

Notes Ordering information for document references available at Department of Defense Single Stock Point (DODSSP) website: http://www.dsp.dla.mil/ Cancelled documents available in paper format via Subscription Services Desk. Commercial specifications and standards obtained from publishers. Ordnance Standards, Weapons Specifications, and NAVORD OSTD 600 pages obtained 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 require Government Contract Number and certification via Defense Contract Management Command (DCMC) or PCO. NOFORN Military Specifications and Standards ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, PA 17055-0788 Nuclear Reactor Publications ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, PA 17055-0788 Technical Manuals ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Philadelphia, PA 19111-5094 Interim Changes and Classified Specifications obtained by submitting DD Form 1425 to NAVICP-MECH.

Additional Links: See Solicitation N0010426QYA7X

View original listing