Opportunity
SAM #N0010426QUB28
Repair Services for Direct Current Motor for NAVSUP Weapon Systems Support Mechanicsburg
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
March 26, 2026
Respond By
April 27, 2026
Identifier
N0010426QUB28
NAICS
335312, 811310, 811219, 811210
NAVSUP Weapon Systems Support Mechanicsburg, part of the Department of the Navy, is seeking repair services for a Direct Current Motor. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy, Department of Defense) - OEMs and Vendors: - Skurka Aerospace Inc. (drawing K295-51079) - CAGE codes referenced: 19200, 95270 - Products/Services Requested: - Repair service for Direct Current Motor - Government part number: 12524409 - Drawing number: K295-51079 (Skurka Aerospace Inc.) - Additional reference numbers: G497-CN861, K295-C40953 (CAGE 95270) - Unique or Notable Requirements: - Only authorized repair sources are eligible - Repair Turnaround Time (RTAT) of 94 days after receipt of asset - MIL-STD packaging required - Government source inspection and IUID compliance per DFARS 252.211-7003 - Price reductions for late repairs - Proof of authorized distributor status required - Contractor must provide throughput constraints and adhere to quality assurance and marking requirements
Description
Contact Information Code: 4 Reference: N711.17 BM1 Phone: 771-229-2149 Email: taylor.r.arroyo2.civ@us.navy.mil
Contract Clauses and Instructions Item Unique Identification and Valuation (JAN 2023) - Clause 19 Inspection of Supplies--Fixed-Price (AUG 1996) - Clause 2 Inspection and Acceptance of Supplies - Clause 26 Wide Area Workflow Payment Instructions (JAN 2023) - Clause 16 Invoice and receiving report (combo) Other details: N/A, TBD, N00104, W25G1U, etc. Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) - Clause 1, WSS Value Engineering (JUN 2020) - Clause 3 Integrity of Unit Prices (NOV 2021) - Clause 1 Equal Opportunity for Veterans (DEV 2026-O0040)(FEB 2026) - Clause 4 Equal Opportunity for Workers with Disabilities (DEV 2026-O0040)(FEB 2026) - Clause 4 Transportation of Supplies by Sea (OCT 2024) - Clause 2 Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) - Clause 11 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 Contractor Purchasing System Administration-Basic (Deviation 2026-O0015) - Clause 1 Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) - Clause 7 List of Solicitation Attachments - Clause 5 Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) - Clause 5 Buy American-Balance of Payments Program Certificate-Basic (FEB 2024) - Clause 1 Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(FEB 2026) - Clause 13 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APRIL 2008) - Clause 2
Solicitation Instructions and Requirements This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). Electronic Submission: All quotes, representations, and certifications must be submitted via email to taylor.r.arroyo2.CIV@US.NAVY.MIL. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. Scope: This RFQ is for REPAIR only. Award will be bilateral requiring contractor's written acceptance. Verify nomenclature, part number, and NSN before responding. Pricing: Only firm-fixed price (FFP), not-to-exceed (NTE), or estimated (EST) prices for REPAIR will be accepted. Quotes limited to test and evaluation (T&E) are not accepted. Price must be for repair of the 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 authorization. Repair Turnaround Time (RTAT): Requested RTAT is 94 days after receipt of asset. Definition: Delivery requirement measured from asset return to acceptance date. 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 (assets repaired monthly). Zero means no constraint. Induction Expiration Date: 365 days after contract award. Assets received after require bilateral agreement. Price Reduction for Late RTAT: Price reduction per unit per month for late delivery unless excusable delay. Reduction implemented via reconciliation modification. Does not limit other remedies including termination for default. Contractor to specify price reduction amount per unit per month and maximum amount. Quote Justification Information Required: Repair unit price Total price Repair Turnaround Time (RTAT) in days New unit price If RTAT longer than requested, provide capacity constraints T&E fee/price if asset is BR/BER with documentation Basis for T&E fee Award to CAGE Inspection & Acceptance CAGE if different Facility/Subcontractor CAGE for shipping and receiving if different Cost breakdown including profit rate if feasible Quote expiration date (minimum 90 days requested) Delivery vehicle details if applicable
Scope of Work This contract/purchase order covers repair and quality requirements for MOTOR, DIRECT CURRENT.
Applicable Documents Documents listed form part of this contract including modifications or exclusions. Contractor must obtain "Document References" as attached.
Requirements Repaired items must meet operational and functional requirements per Cage Code(s) and reference numbers: CAGE: 95270, Ref. No.: G497-CN861 CAGE: 95270, Ref. No.: K295-C40953 Marking must comply with MIL-STD-130, REV N, 16 NOV 2012. Changes in design, material, servicing, or part number require written approval except Code 1 changes (part number only). Direct Current Motor data plate MRI must contain government part number 12524409 and CAGE 19200 per Skurka Aerospace Inc. drawing K295-51079.
Quality Assurance Contractor responsible for all inspections unless otherwise specified. Government reserves right to perform inspections as needed. Inspection records must be kept for 365 days after final delivery. Inspection and testing per original manufacturer's specifications and drawings.
Packaging Preservation, packaging, packing, and marking per Contract/Purchase Order Schedule and MIL-STD 2073.
Notes Ordering information for document references is available via Department of Defense Single Stock Point (DODSSP) at http://www.dsp.dla.mil/ and http://quicksearch.dla.mil/. Additional instructions for obtaining cancelled documents, commercial specifications, ordnance standards, and classified documents are provided. Distribution statements per OPNAVINST 5510.1 apply with codes A through X defining distribution limits. Only authorized distributors of the original manufacturer's item will be considered for award. Proof of authorization must be submitted with offer.
Additional Links: See Solicitation N0010426QUB28