Opportunity
SAM #N0038326QNA33
Repair and Overhaul Services for Kidde Technologies Operating Cartridges
Buyer
NAVSUP WEAPON SYSTEMS SUPPORT
Posted
March 26, 2026
Respond By
April 27, 2026
Identifier
N0038326QNA33
NAICS
336413, 332994, 332999, 811310
NAVSUP Weapon Systems Support (WSS) Philadelphia is seeking repair and overhaul services for Kidde Technologies operating cartridges and similar replacement parts. - Government Buyer: - Naval Supply Systems Command (NAVSUP) Weapon Systems Support (WSS) Philadelphia - OEM Highlight: - Kidde Technologies Inc. is the specified Original Equipment Manufacturer (OEM) - Products/Services Requested: - Repair, overhaul, and return to service of operating cartridges - Part numbers: 474618-1-02 (P/N 7RH 1680 016098980 P8), 474618-1-01 (P/N 7RH 1680 016098984 P8) - All work must follow Kidde Technologies drawings and specifications (drawing numbers 474618-1-02 and 474618-1-01) - Requirements: - Contractor must provide all labor, materials, and equipment to restore items to Ready for Issue (RFI) condition - Quality systems must conform to ISO 9001/SAE AS9100; calibration systems must meet ANSI/NCSL Z540.3 or equivalent - Compliance with MIL-STD-130 for markings and MIL-STD 2073 for packaging - Government approval required for any changes to repair procedures, drawings, or manufacturing sources - All repairs performed at contractor's facility - Quantities: - No specific quantities provided in the solicitation
Description
Contact Information Code: 4 Reference: N731.56 Contract Number: N00383 Phone: 771-229-2430 Email: caitlin.v.donahue.civ@us.navy.mil
Item Unique Identification and Valuation (JAN 2023) Code: 19
Higher-Level Contract Quality Requirement Code: 8
Wide Area Workflow Payment Instructions (JAN 2023) Code: 16 Invoice and Receiving Reports (combo) Contract Number: N00383 Status: n/a
Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Code: 1
Warranty of Supplies of a Noncomplex Nature (JUN 2003) Code: 6 Warranty Period: 1 year after delivery Defect Notification: 45 days after discovery of defect
Equal Opportunity for Workers with Disabilities (DEV 2026-O0040)(FEB 2026) Code: 4
Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) Code: 11
Limitations on Pass-Through Charges (DEV 2026-O0048)(MAR 2026) Code: 1
Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) Code: 7
Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) Code: 5
Buy American--Balance of Payments Program Certificate-Basic (FEB 2024) Code: 1
Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(FEB 2026) Code: 13
Royalty Information (APR 1984) Code: 1
Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) Code: 2 Status: x
The Small Business Administration representative at NAVSUP WSS has reviewed this requirement and determined that a set-aside recommendation was not applicable for this procurement. This RFQ is for a repair. NAVSUP WSS requests that contractors submit a quote that includes either a firm-fixed price or estimate costs to repair this item. This contract/delivery order/purchase order/modification is issued by the Government when deposited in the mail, transmitted by facsimile or sent by any electronic commerce method, including email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue this contract/delivery order/purchase order/modification.
1. Scope Markings shall be in accordance with MIL-STD-130. Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with KIDDE TECHNOLOGIES INC drawing number (61423) 474618-1-02, Revision latest, and all details and specifications referenced therein. Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C.
2. Applicable Documents Not Applicable
3. Requirements 3.1 General 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. The term "contract" encompasses a contract, an order, or a project work order. Overhaul: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which have been found to exceed limits established by the repair/overhaul manual), reassembled and tested in accordance with the approved repair/overhaul manual listed in this SOW and returned to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled). Repair: A repaired part is one which has been restored to a Ready for Issue (RFI) condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and tested in accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired).
3.3 Scope 3.3.1 General: The items to be furnished hereunder shall be overhauled, upgraded, repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided, Government Furnished Property, including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and shall be the responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items.
3.3.2 Repair Upgrade Requirements: The contractor shall provide the necessary facility, labor, materials, parts, and test and tooling equipment required to return the following items to a Ready For Issue (RFI) condition: CARTRIDGE, OPERATING 474618-1-02 P/N: 7RH 1680 016098980 P8 NSN: Available repair manuals, drawings and specifications per p/n requirements; Tech Publications
3.3.3 RFI Definition: RFI is defined as that condition allowing the items to perform properly and reliably in an operational environment in a manner they were intended to operate. The contractor must perform all repairs/upgrades at the facility identified within this SOW. Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s).
3.4 Configuration Management and Repair Changes Changes to manuals, drawings, or specifications require Procuring Contracting Officer (PCO) approval. Unauthorized changes are at the contractor's risk and may require replacement of delivered items. References to "prime contractor" or "actual manufacturer" shall be read as "Government Designated Agency." The contractor shall prepare and maintain repair procedures and test/inspection information for Government review and approval.
3.4.4 Beyond Economical Repair (BER) An item is BER if repair costs exceed 75% of the production quantity price to replace the item. BER items are not included in the contract price. Written concurrence from DCMA is required for BER determinations. The contractor must await PCO instructions before proceeding.
3.4.5 Missing on Induction (MOI) Items missing Shop Replaceable Assemblies (SRAs) are MOI. Contractor replacement of MOI SRAs is not included in the contract price. The contractor must notify DCMA and obtain verification before proceeding.
3.4.6 Replacing Failed or Missing SRAs Contractor must obtain written verification from DCMA and advice from the Inventory Manager for replacement options. Procedures are detailed in Section 6.0 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK.
3.4.10 Over and Above Repair (OAR) OAR repairs are those not anticipated from normal Navy operation and may be subject to equitable adjustment. Written concurrence from DCMA and PCO instructions are required before proceeding.
3.5 Parts and Materials The contractor is 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. Use of non-new material or cannibalization requires PCO approval.
3.6 Source and Location of Repair The contractor shall specify the name and location of the source performing the work. Company: KIDDE TECHNOLOGIES INC Address: 4200 AIRPORT DRIVE NW, WILSON, NC 27893-9643 Cage Code: 61423 Inspection will be accomplished on the contractor's equipment.
3.7 Contractor Quality Requirements Quality Program: Contractor shall maintain a quality system conforming to ISO 9001/SAE AS9100. Calibration System: Contractor shall maintain calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1 or equivalent.
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 N0038326QNA33