Opportunity

SAM #N0038326QNA31

Repair and Overhaul of Kidde Technologies NRP Bottle FE-36 and Replacement Parts for NAVSUP WSS Philadelphia

Buyer

NAVSUP WEAPON SYSTEMS SUPPORT

Posted

March 26, 2026

Respond By

April 27, 2026

Identifier

N0038326QNA31

NAICS

336413, 336419

NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia, under the Department of the Navy, is seeking repair and overhaul services for Kidde Technologies NRP Bottle FE-36 and similar replacement parts. - Government Buyer: - NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia, Department of the Navy - OEM Highlight: - Kidde Technologies Inc. is the specified Original Equipment Manufacturer (OEM) - Products/Services Requested: - Repair, overhaul, upgrade, testing, and inspection of NRP Bottle FE-36 and similar parts - Key part numbers: 474615-1 and 474614-1 - Services include restoring items to Ready for Issue (RFI) condition, supplying all parts/materials, and adhering to technical publications - Unique/Notable Requirements: - Repairs must be performed at the contractor's facility - Compliance with ISO 9001/SAE AS9100 quality standards and calibration requirements - Marking and packaging per MIL-STD-130 and MIL-STD-2073 - Configuration management, process control documentation, and government approval for changes to manuals, drawings, or repair sources - Procedures for Beyond Economical Repair (BER) and Missing on Induction (MOI) items - Place of Performance: - Kidde Technologies Inc., 4200 Airport Drive NW, Wilson, NC 27893-9643 - Contracting Office: - NAVSUP Weapon Systems Support Philadelphia, 700 Robbins Avenue, Philadelphia, PA 19111-5098

Description

Contact Information Code: 4 Reference: N731.56 Contract Number: n00383 Phone: 771-229-2430 Email: caitlin.v.donahue.civ@us.navy.mil

Contract Clauses and Requirements Item Unique Identification and Valuation (JAN 2023) - Clause 19 Higher-Level Contract Quality Requirement - Clause 8 Wide Area Workflow Payment Instructions (JAN 2023) - Clause 16 Invoice and receiving reports (combo) Contract Number: n00383 Status: n/a Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) - Clause 1 Warranty of Supplies of a Noncomplex Nature (JUN 2003) - Clause 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) - Clause 4 Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) - Clause 11 Limitations on Pass-Through Charges (DEV 2026-O0048)(MAR 2026) - Clause 1 Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) - Clause 7 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 Royalty Information (APR 1984) - Clause 1 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) - Clause 2

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 estimated 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) 474615-1, Revision latest, and all details and specifications referenced therein. Unless expressly provided elsewhere, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for 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. This applies notwithstanding any reference to such equipment or furnishing thereof in any drawing or referenced specification. If MIL-STD-454 is referenced in the drawings or 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 to 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 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. This applies notwithstanding any reference to such equipment or furnishing thereof 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: NRP, BOTTLE FE - 36 474615-1 P/N: 7RH 1680 016098991 P8 NSN: Available repair manuals, drawings and specifications per P/N requirements; Tech Publications

3.3.3 Ready For Issue (RFI) Definition RFI is defined as the 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 Changes and Approvals Changes to manuals used for repairs, drawings, or specifications require Procuring Contracting Officer (PCO) approval in accordance with Configuration Management provisions. Repairs, tests, and inspections should not extend beyond requirements unless authorized by the Government QAR. Requests for approval of changes to repair source or facility must be submitted in writing to the PCO prior to changes. Unapproved changes are at contractor's risk; disapproved changes require replacement of delivered items repaired using such changes without equitable adjustment. References to "prime contractor" or "actual manufacturer" on drawings/specifications shall be read as "Government Designated Agency" for repair and overhaul purposes. Contractor shall prepare and maintain repair procedures and test/inspection information for Government review and approval. Beyond Economical Repair (BER) items are those where repair cost exceeds 75% of replacement price; contractor must obtain DCMA concurrence and PCO instructions before proceeding. Missing on Induction (MOI) provisions apply to Weapons Repairable Assemblies missing Shop Replaceable Assemblies; contractor must notify DCMA and obtain verification before repair. Replacing failed or missing Shop Replaceable Assemblies requires written verification and adherence to procedures outlined in the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) Statement of Work. Over and Above Repair (OAR) items require DCMA concurrence and PCO instructions; may be subject to equitable adjustment.

3.5 Parts and Materials Contractor responsible for supplying all parts and materials unless identified as Government Furnished Material (GFM). All parts/materials must comply with latest approved drawings/specifications and be new per FAR 52.211-5 unless approved otherwise by PCO. Cannibalization requires PCO approval; typically not authorized for units not inducted. Contractor must maintain access to updated drawings/specifications and obtain Government approval for changes. Purchased parts/materials must be controlled and inspected upon receipt or via approved system; inspection reports must be maintained. Note: Part cannibalization is not authorized unless specifically approved by NAVSUP WSS and the BDE.

3.6 Source and Location of Repair The contractor shall specify the name of the source/division performing the work and the actual location where work will be performed. NRP, BOTTLE FE - 36 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 establish, implement, document, and maintain a quality system ensuring conformance to ISO 9001/SAE AS9100. Calibration System: Contractor shall maintain a calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1, or equivalent acceptable to the Government.

3.8 Configuration Management (CM) Contractor shall maintain a configuration management plan per NAVSUP WSS configuration management clause NAVICPIA18 (refer to contract).

3.9 Markings Marking shall be as indicated in the contract when applicable.

3.10 Storage Contractor shall provide a proper enclosed warehouse environment for material items awaiting repair and repaired assets awaiting shipment to prevent damage during storage.

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 N0038326QNA31

View original listing