Opportunity

SAM #N0010426QTA99

Repair Services for Safety Relief Valve for NAVSUP WSS Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

March 25, 2026

Respond By

April 09, 2026

Identifier

N0010426QTA99

NAICS

332919, 811310, 332911

This opportunity involves the repair of a safety relief valve for the U.S. Navy, managed by NAVSUP Weapon Systems Support Mechanicsburg. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy) - OEMs and Vendors: - No specific OEM named; item identified by reference number 253009 ASSY 99 and CAGE code 43689 - Only authorized distributors of the original manufacturer are eligible - Products/Services Requested: - Repair service for VALVE, SAFETY RELIEF - Reference number: 253009 ASSY 99 - CAGE code: 43689 - Compliance with operational and functional requirements - MIL-STD-130 marking and MIL-STD 2073 packaging required - Unique or Notable Requirements: - Government source inspection is mandatory - Repair turnaround time (RTAT) is 101 days from asset return to acceptance - Accelerated delivery is encouraged - Option for increased quantity may be exercised - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA

Description

Contact Information Code: 4 Reference: N771.4 Group: WG3 Phone: 771-229-0456 Email: ALISON.E.HARPER.CIV@US.NAVY.MIL

Contract Clauses and Notices Item Unique Identification and Valuation (Jan 2023) - Clause 19 Inspection of Supplies--Fixed-Price (Aug 1996) - Clause 2 Wide Area Workflow Payment Instructions (Jan 2023) - Clause 16 Combo Invoice and Receiving Contract Number: N00104 Other details: TBD, See Schedule Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) - Clause 1, WSS Mechanicsburg Notice of Cybersecurity Maturity Model Certification Level Requirements (Nov 2025) - Clause 1 Small Business Subcontracting Plan (DoD Contracts)-Basic (Dev 2026-O0037)(Feb 2026) - Clause 2 Option for Increased Quantity--Separately Priced Line Item (Mar 1989) - Clause 1, 365 days after receipt of award Contractor Purchasing System Administration-Basic (Deviation 2026-O0015) - Clause 1 Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(Feb 2026) - Clause 7 Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(Feb 2026) - Clause 13, marked with X in several fields Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008) - Clause 2, marked with X

Solicitation Details This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 101 Days Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work.

Quote Information Your quote should include the following information: Unit Price: _______ Total Price: ____ Repair Turnaround Time (RTAT): ____ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints: _________________________________________________________________


_________________________________________________________________

Repair Turnaround Time (RTAT) Definition 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.

Additional Information Return Material Authorization # (RMA), if applicable: _______ Testing and Evaluation if Beyond Repair (T&E fee/price if asset is determined BR/BER): Awardee Info & Performance Location: Awardee CAGE: ____ Inspection & Acceptance CAGE (if different): ____ Facility/Subcontractor CAGE (if different): ____ IOT Compare Repair Price to Price to Buy New: New unit price: ____ New unit delivery lead-time: _______

Pricing Notes 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 that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. The Government intends to add an option quantity to the resultant contract. The Contracting Officer may exercise the option by written notice within the number of days in FAR 52.217-7 herein. Delivery of added items shall continue at the same rate as the like items called for under the contract, unless otherwise agreed.

Important Note on Price Reductions Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. Excusable delays (e.g., Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the price reduction via a "reconciliation modification" at the end of contract performance. Price reductions do not limit other remedies available to the Government, including termination for default. The contractor provides the following price reduction amount per unit per month for late RTAT: $_______, up to a maximum of $______.

1. Scope This contract/purchase order contains the requirements for repair and the contract quality requirements for the VALVE, SAFETY RELIEF.

2. Applicable Documents 2.1 Applicable Documents - The documents 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.

3. Requirements 3.1 Cage Code/Reference Number Items - The VALVE, SAFETY RELIEF 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. CAGEReference No. 43689253009 ASSY 99

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 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 has changed but parts are identical, 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, 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.

4.2 Responsibility for Compliance - All items must meet contract requirements. Inspection requirements become part of the Contractor's overall inspection system or quality program. Sampling does not authorize submission of defective material nor commit the Government to acceptance of defective material.

4.3 Records - Records of all inspection work shall be kept complete and available to the Government during contract performance and for 365 calendar days after final delivery.

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

5. Packaging 5.1 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), 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 required by private industry in paper format. Requests can be made by phone to the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - Not available from Government sources; obtain from publishers of applicable societies. C. 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 D. 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. 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 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 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 distribution limits and safeguarding requirements. There are seven separate distribution statement 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 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 N0010426QTA99

View original listing

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