Opportunity

SAM #N0010426QYA84

Repair and Modification of Hydraulic Accumulator for NAVSUP WSS Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

March 25, 2026

Respond By

April 24, 2026

Identifier

N0010426QYA84

NAICS

811310, 336611

This opportunity involves the Department of the Navy's NAVSUP Weapon Systems Support Mechanicsburg seeking repair and modification services for a hydraulic accumulator. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) - OEMs and Vendors: - Original Equipment Manufacturer (OEM) identified by CAGE code 53711 - Only authorized distributors of the OEM are eligible; proof of authorization required - Products/Services Requested: - Hydraulic accumulator (Part Number: 556-6985454-B1) - Repair and modification services to meet OEM and government standards - Unique or Notable Requirements: - All work must comply with OEM technical drawings and standards - Government Source Inspection is required - Marking must comply with MIL-STD-130; packaging must comply with MIL-STD-2073 - Procurement is a rated order under the Defense Priorities and Allocations System - Accelerated delivery is encouraged - No specific quantity stated - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA

Description

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

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

Inspection and Acceptance - Short Version Page: 8

Stop-Work Order (Aug 1989) Page: 1

Wide Area Workflow Payment Instructions (Jan 2023) Page: 16 Invoice and Receiving Reports (Combo) Status: N/A Other details: TBD, N00104, SEE SCHEDULE

Contract Definitization (May 2023) Page: 5 Type: Firm-Fixed Price Notes: TBD, per award remarks; follow-on modification will be issued by the PCO to firm unit pricing and definitize the contract.

Equal Opportunity for Veterans (Dev 2026-O0040) (Feb 2026) Page: 4

Equal Opportunity for Workers with Disabilities (Dev 2026-O0040) (Feb 2026) Page: 4

Transportation of Supplies by Sea (Oct 2024) Page: 2

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

Option for Increased Quantity--Separately Priced Line Item (Mar 1989) Page: 1 Option period: 180 days

Notice of Total Small Business Set-Aside (Dev 2026-O0037) (Feb 2026) Page: 1

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

Small Business Program Representations (Dev 2026-O0037) (Feb 2026) Page: 20 NAICS Code: 336611 PSC Code: 1300

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

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

This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). This is a rated order certified for national defense use, and the Contract will follow all the requirements of the Defense Priorities and Allocations System regulation (15 CFR 700). Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. All freight is FOB Origin. The resultant award of this REPAIR solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government Source Inspection (GSI) is required.

Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price: _______ Total Price: ____ Repair Turnaround Time (RTAT): ____ days

Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract.

Return Material Authorization # (RMA), if applicable: __________

AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: _______ Inspection & Acceptance CAGE, if not same as "awardee CAGE": ____ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as "awardee CAGE": _______

The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.

ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material.

1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the ACCUMULATOR, HYDRAUL.

2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.

Drawing DataCodeRevisionTypeOther H642-6930A0153711BERD H642-6930A0353711AERD H642-6930A0453711AERD H642-6930A0653711AERD H642-6930A0853711AERD H642-6930A0953711CERD H642-6930A1153711AERD H642-6930A1353711AERD H642-6930A1853711AERD H642-6930A2053711AERD H642-6930A2253711AERD H642-6930A2353711BERD H642-6930A2453711BERD H642-6930A2553711AERD H642-6930A3053711BERD H642-6930A3153711BERD H642-6930A3253711DERD H642-6930A3553711BERD H642-6930A4653711BERD H642-6930A4753711AERD H642-6930A4853711AERD H642-6930A5053711AERD H642-6930A5253711AERD H642-6930A5453711AERD H642-6930A5753711AERD H642-6930A5953711BERD H642-6930A6053711AERD H642-6930A6353711BERD NSWCPD-0062-1653711-LRD 698545453711AD

Document References MIL-STD-129, Revision A, 041029 MIL-STD-973, Revision A, 950113 ISO9001, Revision A, 010417

3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The ACCUMULATOR, HYDRAUL 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: 53711 Reference No.: 556-6985454-B1

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

3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown 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, explaining the reason therefor. 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.

4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements.

4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, nor does it commit the Government to acceptance of defective material.

4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies.

4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings.

5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - 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

6. 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) (i.e. Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can be obtained directly from http://quicksearch.dla.mil/. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. 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 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS.

6.2 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 the safeguarding of the information contained on those documents and drawings. There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: 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 is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.

6.3 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. If you desire to be considered as a potential source for award of this contract, 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 N0010426QYA84

View original listing

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