Opportunity
SAM #N0038325QP249
Generator, Alternator Repair and Overhaul Services for NAVSUP WSS Philadelphia
NAVSUP WEAPON SYSTEMS SUPPORT
March 25, 2026
May 30, 2025
N0038325QP249
335312, 811219
NAVSUP Weapon Systems Support (WSS) Philadelphia is seeking repair and overhaul services for Generator, Alternator units used by the Department of the Navy. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support (WSS) Philadelphia - Products/Services Requested: - Repair, overhaul, testing, inspection, and upgrade of Generator, Alternator units - Part Number: A624-3117 - NSN: 7RE 6115 012015740 - Services must restore units to Ready For Issue (RFI) condition - Requirements: - All work must follow the latest technical publications and approved procedures - No deviations allowed without Basic Design Engineer review and acceptance - Contractor must provide all facilities, labor, materials, parts, and test equipment - Contractor must specify repair source and facility - Quality system must comply with ISO 9001/SAE AS9100 - Calibration system must meet ANSI/NCSL Z540.3 or equivalent - Place of Performance: - Savannah Apparatus Repair Co, 103 Bamboo Lane, Savannah, GA 31419-8998 - No specific OEMs are named beyond the part and NSN references
Description
Contact Information Code: 4 Reference: N762.06 Location: TZ3 Phone: 215-697-3215 Email: jason.j.sklencar.civ@us.navy.mil
Contract Clauses and Requirements Item Unique Identification and Valuation (JAN 2023) - Clause 19 Higher-Level Contract Quality Requirement - Clause 8 Inspection and Acceptance of Supplies - Clause 26 Wide Area Workflow Payment Instructions (JAN 2023) - Clause 16 Invoice and receiving report combo Contract Number: N00383 See Schedule for details Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) - Clause 1 Warranty of Supplies of a Noncomplex Nature (JUN 2003) - Clause 6 Warranty Period: 12 months Notification: 60 days after discovery of defect Equal Opportunity for Workers with Disabilities (JUN 2020) - Clause 2 Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) - Clause 11 Alternate A, Annual Representations and Certifications (OCT 2024) - Clause 13 Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) - Clause 5 Buy American--Balance of Payments Program (FEB 2024) - Clause 1 Royalty Information (APR 1984) - Clause 1 Annual Representations and Certifications (MAR 2025) (Deviation 2025-O0003) - Clause 12 Code: 335312 Amount: 1250 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) - Clause 2 Priority: x
1. Scope 1.1 Articles to be furnished hereunder shall be repaired, tested and inspected in accordance with the terms and conditions specified in the Requirements Section of this document. 1.1.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements. Repair of: GENERATOR, ALTERNATOR; NSN: 6115 012015740; Part Number: A624-3117; Shall be performed in accordance with the latest publication(s). 1.1.2 There will be no repair deviation from the approved written procedures without review and acceptance by the Basic Design Engineer. All requests for Waiver/Deviation shall be via Form 1694 routed through the Local DCMA/ACO office for review and recommendations via Form 1998.
2. Applicable Documents Not Applicable
3. Requirements 3.1 General 3.1.1 This Statement of Work (SOW) establishes the criteria for repair and testing/inspection of the subject item. It includes inspection, component repair and replacement, reassembly and testing procedures required to return units back into a serviceable condition.
3.2 Definitions Contractor: The successful offeror awarded a contract, order, or issued a project work order. Overhaul: Disassembly, cleaning, inspection, repair as necessary, reassembly, and testing in accordance with approved manuals, returning to Ready for Issue (RFI) condition. Repair: Restoration to RFI condition by replacing or repairing defective components and testing as per approved manuals.
3.3 Scope 3.3.1 General: Items shall be overhauled, upgraded, repaired, tested, inspected, and accepted per contract terms. Government Furnished Property (GFP) such as fixtures, jigs, dies, patterns, special tooling, or test equipment will not be provided unless expressly stated. 3.3.2 Repair Upgrade Requirements: Contractor shall provide necessary facility, labor, materials, parts, and test/tooling equipment to return the following items to RFI condition: GENERATOR, ALTERNATOR; Part Number: A624-3117; NSN: 6115 012015740; Latest Technical Publications 3.3.3 RFI is defined as the condition allowing items to perform properly and reliably in operational environment as intended. Repairs must be performed at the facility identified in this SOW.
3.4 Configuration and Repair Controls Changes to repair manuals, drawings, or specifications require Procuring Contracting Officer (PCO) approval. Unauthorized changes are at contractor's risk and may require replacement of delivered items without equitable adjustment. References to "prime contractor" or "actual manufacturer" shall be read as "Government Designated Agency" for repair and overhaul purposes. Contractor shall prepare and maintain repair procedures and test/inspection documentation for Government review and approval. Beyond Economical Repair (BER): Items with repair cost exceeding 75% of replacement price are BER. Contractor must obtain DCMA concurrence and PCO disposition instructions before proceeding. Missing on Induction (MOI): Items missing Shop Replaceable Assemblies (SRAs) must be reported to DCMA and verified before repair. Replacing Failed or Missing SRAs: Procedures for replacement require DCMA verification and adherence to specified processes. Over and Above Repair (OAR): Repairs beyond normal scope may require equitable adjustment and DCMA concurrence.
3.5 Parts and Materials Contractor responsible for supplying all parts and materials unless identified as Government Furnished Material (GFM). All parts must comply with latest drawings and FAR 52.211-5 requirements. Use of non-new materials or cannibalization requires PCO approval. Contractor must maintain access to updated drawings and specifications and obtain Government approval for changes. Contractor shall establish and maintain control systems for purchased parts and materials, including receiving inspection and documentation. Note: Part cannibalization is not authorized unless specifically approved by NAVSUP WSS and the BDE.
3.6 Source and Location of Repair Contractor shall specify the name and location of the source performing the work: Company: Savannah Apparatus Repair Co Address: 103 Bamboo Lane, Savannah, GA 31419-8998 Cage Code: 06TM4 Inspection will be accomplished on the contractor's equipment.
3.7 Contractor Quality Requirements Contractor shall establish and maintain a quality system conforming to ISO 9001/SAE AS9100 standards, designed to detect, correct, and prevent quality issues. Calibration system must meet ANSI/NCSL Z540.3, ISO-10012-1, or equivalent standards acceptable to the Government.
3.8 Configuration Management (CM) Contractor shall maintain a configuration management plan per NAVSUP WSS clause NAVICPIA18.
3.9 Markings Markings shall be as indicated in the contract when applicable.
3.10 Storage Contractor shall provide proper enclosed warehouse environment for material items awaiting repair and repaired assets awaiting shipment to prevent damage.
4. Quality Assurance Provisions Not Applicable
5. Packaging MIL-STD 2073 packaging applies as found elsewhere in the schedule.
6. Notes Not Applicable
Additional Links: See Solicitation N0038325QP2490001