Opportunity
SAM #N0010426QNC30
Repair and Modification of Speed Sensor, Turbin for NAVSUP Weapon Systems Support Mechanicsburg
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
March 25, 2026
April 06, 2026
N0010426QNC30
334511, 334514, 811219
This opportunity involves the Department of the Navy's NAVSUP Weapon Systems Support Mechanicsburg seeking repair and modification services for a Speed Sensor, Turbin. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - OEM referenced by CAGE code 0ZW31 (manufacturer of the Speed Sensor, Turbin) - Products/Services Requested: - Repair and modification of Speed Sensor, Turbin - Part number: 120-00014 - Quantity: Not specified - Includes teardown, evaluation, repair, and quality assurance - Unique or Notable Requirements: - All materials must be mercury-free - Equipment must be suitable for use on submarines and surface ships - Compliance with MIL-STD-129 (marking) and MIL-STD 2073 (packaging) - All work must follow OEM and government technical procedures - Procurement 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: AWA Contact Method: Email Only Email: JAMES.E.LEWIS5@NAVY.MIL
Documents and Instructions Item Unique Identification and Valuation (Jan 2023): 19 Inspection of Supplies--Fixed-Price (Aug 1996): 2 Inspection and Acceptance - Short Version: 8 (Includes X marks) Wide Area Workflow Payment Instructions (Jan 2023): 16 Receiving Report and Invoice Combo Code: N00104 Status: TBD Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18): 1 (WSS) Equal Opportunity for Veterans (Dev 2026-O0040) (Feb 2026): 4 Equal Opportunity for Workers with Disabilities (Dev 2026-O0040) (Feb 2026): 4 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 (Includes X mark)
Important 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 by electronic commerce methods such as email. 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 is done at a location different from the Offeror's address, the Offeror shall provide the Name, Street Address, and CAGE of the Packaging Facility. 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 to be awarded shall be 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, please include the cost of new (actual or estimated) for evaluation purposes. Quote shall specify any exceptions including but not limited to MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus materials, etc. If no exceptions are indicated, award shall be based upon solicitation requirements. Changes after award shall be subject to cost deductions. In repair price, include all costs associated with receipt and complete repair of material that may be in unwhole condition, 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 SPEED SENSOR, TURBIN.
Applicable Documents The document(s) listed below form a 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. Document Ref Data: MIL-STD-129
Requirements 3.1 Cage Code/Reference Number Items: The SPEED SENSOR, TURBIN repaired 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 in accordance with contractor's repair/overhaul standards, manuals, directives, drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards, and other approved documents. CAGE: 0ZW31 Ref. No.: 120-00014
3.2 Marking: This item shall be physically identified in accordance with MIL-STD-129.
3.3 Changes in Design, Material Servicing, or Part Number: Except for a Code 1 change, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by written change order. When any change is made, the Contractor shall furnish a drawing and explanation. Shop drawings are acceptable if finished detail drawings are not available. 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.
3.4 Mercury Free: Material supplied shall contain no metallic mercury and be free from mercury contamination. Mercury contamination will cause rejection. If mercury is required as a functional part, written approval must be obtained. The use of mercury in a manner that might cause contamination is prohibited. Testing procedures for contamination are described. These requirements apply to subcontracts and purchase orders. Technical questions should be referred to the Procurement Contracting Officer.
Quality Assurance 4.1 Responsibility for Inspection: Contractor is responsible for all inspection requirements unless otherwise specified. The Government reserves the right to perform inspections as necessary. 4.2 Inspection/Testing Repaired Items: Contractor shall perform all inspection and testing as specified in original manufacturer's specifications and drawings. 4.3 Records: Records of all inspection work shall be kept complete and available to the Government during contract performance and for 365 days after final delivery. 4.4 Responsibility for Compliance: All items must meet contract requirements. Inspection requirements are part of the Contractor's quality program. Sampling does not authorize submission of defective material.
Packaging 5.1 Preservation, Packaging, Packing and Marking: Shall be in accordance with the Contract/Purchase Order Schedule and MIL-STD 2073 packaging as found elsewhere in the schedule.
Notes 6.1 Ordering Information for Document References: The Department of Defense Single Stock Point (DODSSP) website (http://www.dsp.dla.mil/) provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS), Data Item Descriptions (DIDs), and other DODSSP products. Availability of Cancelled Documents - Available in paper format via Subscription Services Desk. Commercial Specifications, Standards, and Descriptions - Not available from Government sources; obtain from publishers. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - Request 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 Government Contract Number and be submitted via Defense Contract Management Command (DCMC) or PCO as appropriate. NOFORN Military Specifications and Standards - Order from Contracting Officer, NAVICP-MECH, Code 87321, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Nuclear Reactor Publications Assigned NAVSEA Documents - Order from Commanding Officer, NAVICP-MECH, Code 009, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Technical Manuals Assigned NAVSEA Identification Numbers - Order from Naval Inventory Control Point, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications - Obtain by submitting DD Form 1425 to NAVICP-MECH.
Additional Links: See Solicitation N0010426QNC30