Opportunity

SAM #N0010426QUA97

Battery Assembly Repair Services for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

March 26, 2026

Respond By

April 27, 2026

Identifier

N0010426QUA97

NAICS

335910, 811219

This opportunity involves repair services for a Battery Assembly required by the Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - CAGE code 03956 referenced (specific OEM not named) - Products/Services Requested: - Repair service for Battery Assembly - Reference number: 4803104 - MIL-STD packaging required - Government source inspection required - IUID (Item Unique Identification) compliance required - Reporting through Commercial Asset Visibility (CAV) system - Only authorized repair sources eligible - Proof of authorized distributor status required - Repair Turnaround Time (RTAT): 100 days after receipt of asset - Price reduction applies for late delivery - Unique/Notable Requirements: - Strict adherence to MIL-STD packaging and quality assurance - Government source inspection and IUID marking - CAV system reporting - Only authorized repair sources may participate - Induction expiration date is 180 days after contract award

Description

Contact Information CodeAbbreviationPhoneEmail 4BAF771-229-1542KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL

Documents and Clauses Item Unique Identification and Valuation (Jan 2023) - 19 Inspection of Supplies--Fixed-Price (Aug 1996) - 2 (Marked with X) Wide Area Workflow Payment Instructions (Jan 2023) - 16 Invoice & Receiving Report (Combo) NA, TBD, N00104, TBD, TBD, See Schedule, TBD, TBD, TBD Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) - 1 (WSS) Notice of Cybersecurity Maturity Model Certification Level Requirements (Nov 2025) - 1 Small Business Subcontracting Plan (DoD Contracts) - Basic (Dev 2026-O0037) (Feb 2026) - 2 Contractor Purchasing System Administration - Basic (Deviation 2026-O0015) - 1 Security Prohibitions and Exclusions (Class Deviation 2026-O0025) (Feb 2026) - 7 List of Solicitation Attachments - 5 Buy American-Balance of Payments Program Certificate - Basic (Feb 2024) - 1 Alternate A, Annual Representations and Certifications (Deviation 2026-O0043) (Feb 2026) - 13 (Marked with X) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008) - 2 (Marked with X)

Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule.

Instructions and Requirements Electronic Submission: All quotes, representations, and necessary certifications must be emailed to KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. RFQ Purpose: This RFQ is for REPAIR. Award will be bilateral, requiring contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN before responding. Pricing: Only firm-fixed price (FFP) or not-to-exceed (NTE) price for REPAIR will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. Price must be for REPAIR of item(s). IUID Compliance: Must adhere to IUID requirements of DFARS 252.211-7003. Authorized Repair Source: Awardee must be authorized repair source. Award will not be delayed for unauthorized sources seeking authorization. Repair Turnaround Time (RTAT): 100 days after receipt of asset. Definition: Delivery requirement measured from asset Return to date of asset acceptance under contract terms. Return is physical receipt of F-condition asset at contractor's facility as per CAV system. Contractor must report transactions within 5 business days. Final inspection and acceptance must occur within RTAT. Freight handled by Navy CAV or Proxy CAV as per NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: Contractor to specify throughput constraint per NSN(s) (assets repaired monthly after initial delivery). Zero means no constraint. Induction Expiration Date: 180 days after contract award. Assets received after require bilateral agreement. Important Note - Reconciliation Price Reduction: Price reduction per unit/per month for failure to meet RTAT, except excusable delays (e.g., Government Delay). Contracting Officer will apply reductions via "Reconciliation Modification" at contract end. Does not limit other Government remedies including termination for default. Contractor to provide price reduction amount per unit/per month: $________, max $____. Quote Justification Information: Repair unit price: __________ Total price: __________ Repair Turnaround Time (RTAT): __________ days New unit price: ___________ If not quoting Government's RTAT or sooner, provide capacity constraints: ________________________________________________________________________


________________________________________________________________________ T&E fee/price if asset is determined BR/BER (not to exceed $_____): T&E fee determination basis: _________________________________________________________________ _________________________________________________________________ Award to CAGE: __ Inspection & Acceptance CAGE (if different): __ Facility/Subcontractor CAGE (shipping to): __ Facility/Subcontractor or Packaging Facility CAGE (shipping from): __ Cost breakdown including profit rate (if feasible). Quote expiration date (minimum 90 days): ____________________ Delivery Vehicle (if Delivery Order requested, e.g., current BOA/IDIQ).

Scope This contract/purchase order contains requirements for repair and quality for the BATTERY ASSEMBLY.

Applicable Documents Documents listed form part of this contract/purchase order including modifications or exclusions. Contractor must obtain "Document References" listed below. Ordering info attached.

Requirements Cage Code/Reference Number Items: BATTERY ASSEMBLY repaired shall meet operational and functional requirements per Cage Code(s) and reference number(s) below. Repair work per contractor's standard practices, manuals, directives, drawings, technical orders, tooling instructions, approved repair standards, and other approved documents. CAGEReference Number 039564803104

Marking: Item shall be physically identified per MIL-STD-130, REV N, 16 NOV 2012.

Changes in Design, Material Servicing, or Part Number: Except Code 1 changes, no substitutions until NAVICP-MECH Contracting Officer approval via written change order. Substitutions require drawing and explanation. Shop drawings acceptable if finished drawings unavailable. Code statements: Code 1: Part number change only; parts identical. Notify NAVICP-MECH immediately. Code 2: Assembly (or set/kit) not furnished; use detail parts. Code 3: Part not furnished separately; use assembly. Code 4: Part redesigned; old and new parts interchangeable. Code 5: Part redesigned; new replaces old; old cannot replace new. Code 6: Part redesigned; parts not interchangeable.

Quality Assurance Responsibility for Inspection: Contractor responsible for all inspection unless otherwise specified. May use own or other suitable facilities unless disapproved. Government reserves right to perform inspections. Responsibility for Compliance: All items must meet contract requirements. Inspection is part of overall quality program. Sampling does not authorize submission of defective material. Records: Contractor shall keep complete inspection records available to Government during contract and for 365 days after final delivery. Inspection/Testing Repaired Items: Contractor shall perform all inspection/testing per original manufacturer's specifications and drawings.

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

Notes In accordance with OPNAVINST 5510.1, all documents and drawings provided by U.S. Navy to prospective contractors must include a "Distribution Statement" informing limits of distribution and safeguarding information. Distribution statement codes for non-classified documents: A: Approved for public release; distribution 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 per OPNAVINST 5510.161.

Ordering Information for Document References The Department of Defense Single Stock Point (DODSSP) website (http://www.dsp.dla.mil/) provides product info for DOD Index of Specifications and Standards (DODISS), Data Item Descriptions (DIDs), and other products. Most specifications can be obtained from http://quicksearch.dla.mil/. Availability of Cancelled Documents: DODSSP offers cancelled documents required by private industry in paper format. Request via Subscription Services Desk. Commercial Specifications, Standards, and Descriptions: Not available from Government sources; obtain from publishers. Ordnance Standards (OS), Weapons Specifications (WS), NAVORD OSTD 600 Pages: Request from Commander, Indian Head Division, Naval Surface Warfare Center, Code 8410P, 101 Strauss Avenue, Indian Head, MD 20640-5035. Post-award Actions: Requests for "Official Use Only" and "NOFORN" documents must identify Government Contract Number and be submitted via Defense Contract Management Command (DCMC) for certification. Pre-award requests to PCO. NOFORN Military Specifications and Standards: Order from Contracting Officer, NAVSUP-WSS, Code 87321, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Nuclear Reactor Publications Assigned NAVSEA Documents: Order from Commanding Officer, NAVSUP-WSS, Code 009, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Technical Manuals Assigned NAVSEA Identification Numbers: Order from Commanding Officer, NAVSUP-WSS, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications: Obtain by submitting DD Form 1425 to NAVSUP-WSS.

Notice to Distributors/Offerors Consideration for award given only to authorized distributors of original manufacturer's item. To be considered, provide proof of authorization on company letterhead signed by responsible official with offer to Procurement Contracting Officer.

Additional Links: See Solicitation N0010426QUA97

View original listing