Opportunity
SAM #N0010426QUB06
Repair and Modification Services for Navy Valve Fuel Components
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
March 27, 2026
Respond By
April 27, 2026
Identifier
N0010426QUB06
NAICS
332919, 332911
NAVSUP Weapon Systems Support Mechanicsburg, part of the Department of the Navy, is seeking repair and modification services for Valve Fuel components. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy, Department of Defense) - OEMs and Vendors: - No specific OEMs named, but CAGE codes 31361 and 07482 are referenced as manufacturers or authorized sources - Products/Services Requested: - Repair and modification services for Valve Fuel components - CAGE 31361, Part Number 9902-358 - CAGE 07482, Part Number L34353P02 - Requirements and Notable Details: - Services are for repair only, not new equipment - Only authorized repair sources are eligible - Adherence to MIL-STD packaging, government source inspection, and IUID marking is required - Repair Turnaround Time (RTAT) is 211 days after receipt of asset - Contractors must provide throughput constraints and comply with quality assurance requirements - Price reductions apply for late delivery - Mandatory reporting in the Commercial Asset Visibility (CAV) system - Proof of authorized distributor status required for consideration
Description
Contact Information Code: 4 Location: N711.7 Group: GRP Phone: (717) 605-6811 Email: leo.t.dougherty3.civ@us.navy.mil
Contract Clauses and Requirements Item Unique Identification and Valuation (JAN 2023) - Clause 19 Higher-Level Contract Quality Requirement (DEC 2014) - Clause 1, ISO9001 Inspection of Supplies--Fixed-Price (AUG 1996) - Clause 2 Wide Area Workflow Payment Instructions (JAN 2023) - Clause 16, Invoice & Receiving Report, N/A, TBD, N00104, TBD, TBD, See Schedule, TBD Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) - Clause 1, WSS 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 Small Business Program Representations (DEV 2026-O0037)(FEB 2026) - Clause 20 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 Certification Regarding Knowledge of Child Labor for Listed End Products (FEB 2021) - Clause 4 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APRIL 2008) - Clause 2, Priority: X
General Instructions and Notes Accelerated delivery is encouraged and accepted before the delivery date. Electronic Submission: All quotes, representations, and necessary certifications must be submitted via email to leo.t.dougherty3.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), not-to-exceed (NTE), or estimated (EST) prices for REPAIR will be accepted. Quotes limited to test and evaluation (T&E) will NOT be 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 an authorized repair source. Award will not be delayed for authorization. Repair Turnaround Time (RTAT): Requested RTAT is 211 days after receipt of asset. Definition: Delivery requirement measured from asset return (physical receipt at contractor's facility) to asset acceptance date. Contractor must report transactions within five business days in CAV system. Final inspection and acceptance must occur within RTAT. Freight: Handled by Navy CAV or Proxy CAV as per NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: Contractor must specify throughput constraint per NSN (assets repaired monthly after initial delivery). Zero indicates no constraint. Induction Expiration Date: 365 days after contract award. Assets received after this require bilateral agreement. Reconciliation Price Reduction: Price reduction per unit/month for failure to meet RTAT, except excusable delays. Reduction implemented via "Reconciliation Modification" at contract end. Does not limit other remedies including termination for default. Contractor to specify price reduction amount per unit/month and maximum amount. Quote Requirements: Quotes must include: Repair unit price Total price Repair Turnaround Time (RTAT) in days New unit price Company capacity constraints if RTAT longer than requested T&E fee/price if asset is determined Beyond Repair (BR) or Beyond Economical Repair (BER), with documentation T&E fee basis Award to CAGE code Inspection & Acceptance CAGE if different Facility/Subcontractor CAGE for shipping Cost breakdown including profit rate if feasible Quote expiration date (minimum 90 days requested) Delivery vehicle details if delivery order requested Note: This is a commercial/nondevelopmental/off-the-shelf item. FAR Part 12 applies.
Scope This contract/purchase order contains requirements for repair and contract quality requirements for the VALVE FUEL.
Applicable Documents The documents listed form part of this contract/purchase order including modifications or exclusions. Document references must be obtained by the contractor. Ordering information is attached.
Requirements Cage Code/Reference Number Items: The VALVE FUEL repaired shall meet operational and functional requirements as represented by the following Cage Codes and reference numbers. Repair work shall follow contractor's standard practices, manuals, directives, drawings, technical orders, tooling instructions, approved repair standards, and other approved documents. CAGEReference Number 313619902-358 07482L34353P02
Marking Item shall be physically identified per MIL-STD-130, REV N, 16 NOV 2012.
Changes in Design, Material Servicing, or Part Number Except for Code 1 changes (part number only), no substitutions shall be made without written approval from NAVICP-MECH Contracting Officer. Substitutions require drawings and explanations. Shop drawings acceptable if finished drawings unavailable. Code definitions: Code 1: Part number change only; parts identical. 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 inspections 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 contractor's 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 inspections and tests as per original manufacturer's specifications and drawings.
Packaging Preservation, packaging, packing, and marking shall comply with contract schedule and MIL-STD 2073 packaging requirements.
Notes Ordering Information for Document References: Documents can be obtained from Department of Defense Single Stock Point (DODSSP) at http://www.dsp.dla.mil/ and http://quicksearch.dla.mil/. Availability of Cancelled Documents: Available in paper format via Subscription Services Desk. Commercial Specifications: Obtain from publishers of applicable societies. Ordnance Standards and NAVORD Publications: Request from Commander, Indian Head Division, Naval Surface Warfare Center, Code 8410P, 101 Strauss Avenue, Indian Head, MD 20640-5035. Requests for "Official Use Only" and "NOFORN" Documents: Submit via Defense Contract Management Command (DCMC) or Procurement Contracting Officer as appropriate. 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: Order from Commanding Officer, NAVSUP-WSS, Code 009, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Technical Manuals: Order from Commanding Officer, NAVSUP-WSS, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications: Submit request on DD Form 1425 to NAVSUP-WSS. Distribution Statements: Per OPNAVINST 5510.1, documents must include distribution statement codes A through X with defined distribution limits. Notice to Distributors/Offerors: Only authorized distributors of original manufacturer's item will be considered. Proof of authorization must be provided on company letterhead signed by responsible official.
Additional Links: See Solicitation N0010426QUB06