Opportunity

SAM #N0038326QPA81

Repair Services for Navy Disk Drive Units (NAVSUP WSS Philadelphia)

Buyer

NAVSUP WEAPON SYSTEMS SUPPORT

Posted

March 26, 2026

Respond By

April 27, 2026

Identifier

N0038326QPA81

NAICS

333998, 811210, 811219, 811213

NAVSUP Weapon Systems Support Philadelphia is seeking repair services for Disk Drive Units used by the Department of the Navy. - Government Buyer: - NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia, Department of the Navy - OEMs and Vendors: - Bering Engineering LTD. CO. is identified as a potential repair source - Products/Services Requested: - Repair and modification of Disk Drive Units - Part number: 01-11022-01 - NIIN: 014355863 - Quantity: 7 units - Unique/Notable Requirements: - Repairs must comply with NAVSUP WSS-approved procedures - Quality standards required: ISO 9001/SAE AS9100 - Calibration system standards: ANSI/NCSL Z540.3, ISO-10012-1 - Contractor must supply all parts, materials, and facilities - Repairs to be performed at 224 Lakeside LN, Glade Hill, VA - Early and incremental deliveries are accepted and preferred - Government source approval required prior to award; unapproved sources must submit information per NAVSUP WSS Source Approval Brochure - Marking, storage, and MIL-STD 2073 packaging required

Description

Contact Information Phone: 771-229-2519 Email: dana.n.knittel.civ@us.navy.mil

Contract Clauses and Instructions Item Unique Identification and Valuation (JAN 2023) Higher-Level Contract Quality Requirement Wide Area Workflow Payment Instructions (JAN 2023): Invoice and receiving report combo type, N00383, See schedule Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Warranty of Supplies of a Noncomplex Nature (JUN 2003): 12 months warranty, 60 days after discovery of defect Equal Opportunity for Workers with Disabilities (JUN 2020) Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) Alternate A, Annual Representations and Certifications (OCT 2025) Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) Buy American--Balance of Payments Program (FEB 2024) Royalty Information (APR 1984) Annual Representations and Certifications (MAR 2025)(Deviation 2025-O0003 and 2025-O0004): NAICS 334112, PSC 1250 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008): Priority rating applied

Amendment Purpose The purpose of this amendment is to extend the solicitation due date to 27 Apr 2026.

Repair Turnaround Time (RTAT) Definition The contractual delivery requirement is measured from asset return to the date of asset acceptance under the terms of the contract. "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. Contractor must accurately report all transactions by the end of the fifth regular business day after receipt, and the Action Date entered in CAV must 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 the contract. Required RTAT: 141 days after receipt of asset.

Throughput Constraint Contractor must provide a throughput constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences: X/month (contractor to fill in number). A throughput of 0 per month reflects no throughput constraint.

Induction Expiration Date 365 days after contract award date. Any asset received after this date is not authorized for repair without bilateral agreement between the Contractor and NAVSUP WSS Contracting Officer.

Reconciliation A reconciliation modification will be issued after final inspection and acceptance of all assets inducted under the contract. Prices are based on the Contractor meeting the RTAT requirements. If the Contractor does not meet the RTAT requirement, consideration will be assessed and subject to negotiation.

Solicitation Details This solicitation is for the repair of: Item: Disk Drive Unit NIIN: 014355863 Part Number: 01-11022-01 Quantity: 7 Please submit quote via email to dana.n.knittel.civ@us.navy.mil by the due date specified on page 1, block 10. If a Firm Fixed Price (FFP) cannot be determined, please inform the PCO. These items require government source approval prior to award. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure available online at https://www.navsup.navy.mil/public/navsup/wss/business_opps/ under "Commodities." Offers failing to provide all required data will not be considered. Early and incremental deliveries are accepted and preferred.

Scope Articles to be furnished: Shall be repaired, tested, and inspected per the requirements section. Statement of Work: Any item contracted for repair shall have a Statement of Work to ensure compliance with all repair procedures and requirements. Repair of Disk Drive Unit: NSN 7025-01-435-5863, Part Number 01-11022-01, shall be performed in accordance with latest publications. Repair Deviations: No repair deviation without review and acceptance by Basic Design Engineer. Waivers via Form 1694 routed through Local DCMA/ACO office.

Applicable Documents Not applicable.

Requirements 1.0 General This Statement of Work establishes criteria for repair, testing, and inspection to return units to serviceable condition.

2.0 Definitions Contractor: Successful offeror awarded a contract, order, or project work order. Overhaul: Disassembly, cleaning, inspection, repair, reassembly, and testing to Ready for Issue (RFI) condition. Repair: Restoration to RFI condition by replacing or repairing defective components and testing.

3.0 Scope Items shall be overhauled, upgraded, repaired, tested, inspected, and accepted per contract terms. Government Furnished Property is not provided unless expressly stated. Repair Upgrade Requirements: Contractor shall provide necessary facility, labor, materials, parts, and test/tooling equipment to return Disk Drive Unit to RFI condition. RFI defined as condition allowing proper and reliable operation. Repairs must be performed at the facility identified in this SOW and in accordance with specified drawings and manuals. Changes to manuals, drawings, or specifications require Procuring Contracting Officer (PCO) approval. Unapproved changes are at contractor's risk; disapproved changes require replacement of affected items without equitable adjustment. References to "prime contractor" or "actual manufacturer" read as "Government Designated Agency" for repair purposes. Contractor shall prepare and maintain repair procedures and test/inspection information for Government review and approval. Beyond Economical Repair (BER): Items with repair cost exceeding 75% of replacement price are BER and not included in contract price. Written concurrence from DCMA required before repair. Missing on Induction (MOI): Items missing Shop Replaceable Assemblies (SRAs) require DCMA verification before repair. Replacement of failed or missing SRAs requires written verification and direction from DCMA and Inventory Manager. Over and Above Repair (OAR): Repairs beyond normal scope may require equitable adjustment and DCMA concurrence.

4.0 Parts and Materials Contractor responsible for supplying all parts and materials unless Government Furnished Material (GFM) is specified. All parts/materials must comply with latest approved drawings and specifications and be new per FAR 52.211-5. Use of other than new material or cannibalization requires PCO approval. Contractor must maintain access to updated drawings and specifications; changes require Government approval. Contractor shall establish and maintain control over purchased parts and materials, including receiving inspection and documentation. Note: Part cannibalization is not authorized unless specifically approved by NAVSUP WSS and the BDE.

5.0 Source and Location of Repair Work to be performed by: Company: Bering Engineering LTD. CO. Address: 224 Lakeside LN, Glade Hill, VA 24092 Cage Code: 99RX3 Inspection will be accomplished on the contractor's equipment.

6.0 Contractor Quality Requirements Establish and maintain a quality system conforming to ISO 9001/SAE AS9100. Maintain a calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1, or equivalent.

7.0 Configuration Management (CM) Maintain a configuration management plan per NAVSUP WSS clause NAVICPIA18.

8.0 Markings Markings as indicated in the contract when applicable.

9.0 Storage Provide proper enclosed warehouse environment for material awaiting repair and repaired assets to prevent damage.

10.0 Quality Assurance Provisions Not applicable.

11.0 Packaging MIL-STD 2073 packaging applies as found elsewhere in the schedule.

12.0 Notes Not applicable.

Additional Links: See Solicitation N0038326QPA810001

View original listing