Opportunity

SAM #N0010426QNC31

Repair and Modification of Digital Computer Systems for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

March 25, 2026

Respond By

April 24, 2026

Identifier

N0010426QNC31

NAICS

334111, 811219, 811210

NAVSUP Weapon Systems Support Mechanicsburg is requesting repair and modification services for digital computer systems used by the Department of the Navy. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - CAGE 52088 (OEM for part number N152082-1) - CAGE 00PP6 (OEM for part number SH2DM5PAAXSI) - Products/Services Requested: - Repair and modification of digital computer systems - Part number N152082-1 (CAGE 52088) - Part number SH2DM5PAAXSI (CAGE 00PP6) - Full teardown, evaluation, and repair services - Unique/Notable Requirements: - Repairs must meet operational and functional requirements as specified by referenced CAGE codes and part numbers - Work must comply with contractor and government-approved technical procedures, standards, and manuals - Firm fixed price repair contract - Marking in accordance with MIL-STD-130 - Packaging in accordance with MIL-STD 2073 - Only authorized distributors of the original manufacturer are eligible; proof of authorization required - Contract is DO certified for national defense under DPAS - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA

Description

Contact Information Contact: James E. Lewis Email: james.e.lewis5@navy.mil

Contract Clauses and Instructions Item Unique Identification and Valuation (Jan 2023) Inspection of Supplies--Fixed-Price (Aug 1996) Inspection and Acceptance - Short Version Wide Area Workflow Payment Instructions (Jan 2023) - Receiving Report and Invoice Combo Monetary Limitation Repair Purchase Orders Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Firm Fixed Price Repair Purchase Orders Buy American-Free Trade Agreements-Balance of Payments Program-Basic (Feb 2024) Notice of Cybersecurity Maturity Model Certification Level Requirements (Nov 2025) Small Business Subcontracting Plan (DoD Contracts)-Basic (Dev 2026-O0037)(Feb 2026) Contractor Purchasing System Administration-Basic (Deviation 2026-O0015) Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(Feb 2026) Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (Feb 2024) Buy American-Free Trade Agreements--Israeli Trade Act Certificate (Dev 2026-O0041)(Feb 2026) Buy American-Balance of Payments Program Certificate-Basic (Feb 2024) Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(Feb 2026) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008)

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 (e.g., email). The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue contractual documents as detailed herein. If the requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the 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, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. Evaluation for award will be based upon the lowest aggregate total price submitted for the total quantity, inclusive of the option provision. Please provide repair price as firm fixed price (FFP) 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 or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 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 the following information: 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 COMPUTER SYSTEM, DIG.

Applicable Documents The documents 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 to this contract/purchase order.

Requirements Cage Code/Reference Number Items: The COMPUTER SYSTEM, DIG repaired under this contract/purchase order shall meet the 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 the contractor's repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE Reference Number 52088N152082-1 00PP6SH2DM5PAAXSI Note: The item does not have a nuclear hardened feature but does have other critical features such as tolerance, fit restrictions or application.

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, which shall be processed as provided in the code statement below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: Part number change only - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. 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 completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable.

Quality Assurance Responsibility for Inspection: Unless otherwise specified, the Contractor is responsible for all inspection requirements. The Contractor may use his own or other suitable facilities unless disapproved by the Government. The Government reserves the right to perform any inspections deemed necessary. Responsibility for Compliance: All items must meet contract requirements. Inspection requirements are part of the Contractor's overall quality program. Sampling does not authorize submission of defective material nor commit the Government to acceptance of defective material. Records: Records of all inspection work shall be kept complete and available to the Government during performance and for 365 calendar days after final delivery. Inspection/Testing Repaired Items: The Contractor shall perform all inspection and testing as specified in the original manufacturer's specifications and drawings.

Packaging Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 packaging applies as found elsewhere in the schedule.

Notes 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) including Military/Federal Specifications and Standards, Data Item Descriptions (DIDs), and other DODSSP products. Most specifications can be obtained directly from http://quicksearch.dla.mil/. Availability of Cancelled Documents: The DODSSP offers cancelled documents required by private industry in paper format. Documents can be requested by phoning the Subscription Services Desk. Commercial Specifications, Standards, and Descriptions: Not available from Government sources; obtain from publishers of applicable societies. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages: Obtain by submitting a request to Commander, Indian Head Division, Naval Surface Warfare Center, Code 8410P, 101 Strauss Avenue, Indian Head, MD 20640-5035. On post-award actions, 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) for certification of need. On pre-award actions, submit to the PCO for certification. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be 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 and Identification Numbers to be ordered from: Commanding Officer, NAVSUP-WSS, Code 009, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Technical Manuals Assigned NAVSEA Identification Numbers to be ordered from: Commanding Officer, NAVSUP-WSS, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS.

In accordance with OPNAVINST 5510.1, all documents and drawings provided by the U.S. Navy to prospective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution and safeguarding of the information contained. There are seven separate distribution statement codes used 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 in accordance with 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. To be considered as a potential source for award, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.

Additional Links: See Solicitation N0010426QNC31

View original listing