Opportunity
SAM #N0010426QSB01
Repair and Modification of Navy Circuit Card Assemblies and Electronic Components
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
March 27, 2026
Respond By
April 10, 2026
Identifier
N0010426QSB01
NAICS
335931, 811210, 334418
NAVSUP Weapon Systems Support Mechanicsburg is seeking repair and modification services for critical electronic components used by the Department of the Navy. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) - OEMs and Vendors (by CAGE code): - 1BCK1 (associated with part numbers 4300556-2 and 40306-107NG01) - 70MF8 (part number 4220R3B-352-21Q) - 29355 (part number 28706-10-01 REV 1.32 FIRMWARE) - Products/Services Requested: - Repair and modification of: - Power Supply Unit (P/N 4300556-2) - Display Unit (P/N 4220R3B-352-21Q) - Circuit Card Assemblies (P/N 40306-107NG01, P/N 28706-10-01 REV 1.32 FIRMWARE) - Unique/Notable Requirements: - All repairs must meet operational and functional requirements as specified by the referenced CAGE codes and part numbers - Work must follow contractor's standard practices, manuals, and directives - Government source inspection and MIL-STD-130 marking required - Only authorized distributors of the original manufacturer's items will be considered - Firm-fixed-price repair services; teardown/evaluation-only quotes not accepted - All freight is FOB origin; inspection and acceptance at origin - Place of Performance and Contracting Office: - NAVSUP WSS Mechanicsburg, Mechanicsburg, PA
Description
Contact Information Name: Desiree Meyers Phone: 771-229-0515 Email: desiree.d.meyers.civ@us.navy.mil
Contract Clauses and Notices Item Unique Identification and Valuation (Jan 2023) Inspection of Supplies--Fixed-Price (Aug 1996) Wide Area Workflow Payment Instructions (Jan 2023) Navy Use of AbilityOne Support Contractor - Release of Offeror Information (Mar 2018) Buy American-Free Trade Agreements-Balance of Payments Program-Basic (Feb 2024) Notice of Total Small Business Set-Aside (Oct 2020) (Deviation 2020-O0008) 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 Certificate-Basic (Feb 2024) Annual Representations and Certifications (Mar 2025) (Deviation 2025-O0003 and 2025-O0004) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008)
Solicitation Amendment This amendment extends the solicitation to 10 April 2026.
RFQ Details Note: This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. All freight is FOB origin. The government is seeking a repair turnaround time (RTAT) of: ________ Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25.
Quote Information Your quote should include the following information: Unit Price: _______ Total Price: _______ If your company is not quoting the government's required repair turnaround time (RTAT) or earlier, provide your company's capacity constraints. Unless otherwise specified, pricing for this quotation is valid for 60 days after the closing date as indicated on the quotation. Teardown and evaluation only quotes will not be accepted. Firm fixed price is requested.
Additional Information Awardee CAGE: _______ Inspection & Acceptance CAGE, if not same as "Awardee CAGE": ____ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as "Awardee CAGE": _______ If firm-fixed repair pricing is provided, Beyond Economical Repair (BER) does not exist. With DCMA concurrence, Beyond Repair (BR) is possible. If unit is determined BR, the unit price will be negotiated downward from the awarded firm-fixed repair price.
Contractual Documents All contractual documents (i.e., contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to 'issue' contractual documents as detailed herein.
Repair Turnaround Time (RTAT) The resultant contractual delivery requirement is measured from asset return to the date of asset acceptance under the terms of the contract. For purposes of this section, 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. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the action date entered in CAV must be dated to 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 this contract.
Contract Options Check one: Firm-fixed-Price __ Estimated _ Not-to-Exceed (NTE): _ Return Material Authorization # (RMA), if applicable: _________
Pricing and Testing If item not previously purchased by NAVSUP WSS or prices increased, provide the NSN of a similar item or, if current NSN is an upgrade part, provide the previous NSN. If previously sold to another buying activity or in the commercial marketplace, provide a copy of your company's invoice (redacted versions are acceptable). If pricing is not in line with historical pricing, provide the basis of your company's pricing.
Testing and Evaluation if Beyond Repair T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation of BR, the contracting officer will negotiate a reduced contract price, not to exceed (NTE) $________ associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on: _______.
Awardee Info & Performance Location Awardee CAGE: _______ Inspection & Acceptance CAGE, if not same as "Awardee CAGE": ____ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as "Awardee CAGE": ______
Compare Repair Price to Price to Buy New New unit price: _______ New unit delivery lead-time: _______ We are requesting that the quote's validity extend for 3 months from the submitted proposal quote date.
Inspection Inspection at Origin Acceptance at Origin POC Email: desiree.d.meyers.civ@us.navy.mil
Scope and Requirements for POWER SUPPLY Scope This contract/purchase order contains the requirements for repair and the contract quality requirements for the POWER SUPPLY. Applicable Documents The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. Requirements The POWER SUPPLY repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractor's repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE: 1BCK1Ref. No.: 4300556-2 Marking: This item shall be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012. Changes in Design, Material Servicing, or Part Number: Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. Quality Assurance Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. The Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, nor does it commit the Government to acceptance of defective material. Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. Packaging Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 packaging applies as found elsewhere in the schedule. Notes Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e. Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can be obtained directly from http://quicksearch.dla.mil/. Additional details on document availability, ordering, and distribution statements are provided in the original text.
Scope and Requirements for DISPLAY UNIT <!-- Similar structured content as above for DISPLAY UNIT -->
Scope and Requirements for CIRCUIT CARD ASSEMB <!-- Similar structured content as above for CIRCUIT CARD ASSEMB -->
Additional Links See Solicitation N0010426QSB010001