Opportunity

SAM #N0010426QLB26

Repair Services for Fuse and Control Panel Assembly (Cage 16331, PN 63E920430G1) for NAVSUP

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

March 26, 2026

Respond By

April 27, 2026

Identifier

N0010426QLB26

NAICS

335931, 811219

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a Fuse and Control Panel Assembly used by the Department of the Navy. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEM and Vendor Details: - Original Equipment Manufacturer (OEM) identified by Cage Code 16331 - Only authorized distributors of the OEM are eligible to bid - Products/Services Requested: - Repair services for Fuse and Control Panel Assembly - Part number: 63E920430G1 - Compliance with operational and functional requirements - Government Source Inspection (GSI) required - MIL-STD-130 marking and MIL-STD 2073 packaging standards must be met - Unique/Notable Requirements: - Repair turnaround time (RTAT) is 290 days from asset receipt to acceptance - Accelerated delivery is encouraged - Price reductions apply for late delivery - Only authorized OEM distributors may be awarded the contract

Description

Contact Information Phone: 771-229-0386 Email: ASHLEY.H.BETLOCK.CIV@US.NAVY.MIL

Contract Clauses and Notices Item Unique Identification and Valuation (Jan 2023) Inspection of Supplies--Fixed-Price (Aug 1996) Wide Area Workflow Payment Instructions (Jan 2023) - Combo Invoice and Receiving, TBD, N00104, See Schedule Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) 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-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)

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: 290 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: ______ Check one: Firm-fixed-Price __ Estimated ___ Not-to Exceed (NTE): Return Material Authorization # (RMA), if applicable: ____ Delivery Vehicle (if Delivery Order requested): ____________ 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.

Important Note 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 - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to inexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a "reconciliation modification" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $_______, up to a maximum of: $______.

Testing and Evaluation if Beyond Repair T&E fee/price (if asset is determined BR/BER): If an item is determined Beyond Repair (BR), and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to-exceed (NTE) $___________ associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on: ______________________________________.

Awardee Info & Performance Location Awardee CAGE: _______ Inspection & Acceptance CAGE (if different): ____ Facility/Subcontractor CAGE (where asset should be shipped, if different): _______

Compare Repair Price to Price to Buy New New unit price: _______ New unit delivery lead-time: _______

Basic Ordering Agreement (BOA) Clause If your company has a Basic Ordering Agreement (BOA) for the items under this solicitation, the following applies: This solicitation "resultant order" is issued under and pursuant to the provisions of the Basic Ordering Agreement (BOA). The terms and conditions of the Agreement are hereby incorporated by reference and, except as provided herein by this order, remain in full force and effect. If any conflict arises in the terms of this solicitation "resultant order" versus the terms in the BOA, the terms of the BOA shall apply.

Contract Requirements Scope This contract/purchase order contains the requirements for repair and the contract quality requirements for the FUSE AND CNTRL P A. Applicable Documents The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. Requirements 3.1 Cage Code/Reference Number Items - The FUSE AND CNTRL P A 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: 16331    Ref. No.: 63E920430G1 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. 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 4.1 Responsibility for Inspection - Unless otherwise specified, the Contractor is responsible for all inspection requirements. The Government reserves the right to perform any inspections deemed necessary. 4.2 Responsibility for Compliance - All items must meet contract requirements. Sampling does not authorize submission of defective material. 4.3 Records - Records of all inspection work shall be kept complete and available to the Government during performance and for 365 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. Packaging 5.1 Preservation, Packaging, Packing and Marking - Shall be in accordance with the Contract/Purchase Order Schedule and MIL-STD 2073 packaging requirements. 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 specifications and standards. Additional ordering information and contacts for various document types are provided, including for cancelled documents, commercial specifications, ordnance standards, and classified specifications. 6.2 Distribution Statements - In accordance with OPNAVINST 5510.1, all documents and drawings provided by the U.S. Navy to prospective Contractors must include a "Distribution Statement" indicating limits of distribution and safeguarding requirements. Distribution codes A through X are defined, ranging from approved for public release to restricted distribution. 6.3 Notice to Distributors/Offerors - Consideration for award shall be given only to authorized distributors of the original manufacturer's item. Proof of authorization must be provided on company letterhead signed by a responsible official.

Additional Links: See Solicitation N0010426QLB26

View original listing