Opportunity
SAM #N0010426QUA94
Repair Services for Power Relay Assembly (NAVSUP WSS Mechanicsburg)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
March 27, 2026
Respond By
April 27, 2026
Identifier
N0010426QUA94
NAICS
335314, 811219
NAVSUP Weapon Systems Support Mechanicsburg, part of the Department of the Navy, is seeking repair services for a Power Relay Assembly. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy, Department of Defense) - Products/Services Requested: - Repair of Power Relay Assembly - Part Number: K939020741 - CAGE Codes: 3B3G2 and 07MU1 - OEMs and Vendors: - No specific OEMs named; only authorized repair sources are eligible - Notable Requirements: - Repairs must meet operational and functional requirements as defined by the referenced CAGE codes and part number - Compliance with contractor repair standards, manuals, and directives - MIL-STD packaging required - Government source inspection and IUID compliance mandatory - Repair Turnaround Time (RTAT) of 228 days after receipt of asset - Proof of authorized distributor status required - Firm-fixed price quotes only; contract awarded via Lowest Price Technically Acceptable (LPTA) process - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA
Description
Contact Information Code: N711.15 Reference: CJ8 Phone: 771-229-1542 Email: KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL
Document List Item Unique Identification and Valuation (JAN 2023) Inspection of Supplies--Fixed-Price (AUG 1996) - Clause 2, marked with X Wide Area Workflow Payment Instructions (JAN 2023) - Clause 16, Invoice & Receiving Report (Combo), NA, TBD, N00104, TBD, TBD, See Schedule, TBD Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) - Clause 1, WSS 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 List of Solicitation Attachments - 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, marked with X Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APRIL 2008) - Clause 2, marked with X
Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule.
Instructions and Requirements Electronic Submission: All quotes, representations, and necessary certifications must be emailed to KATE.C.HEIDELBERGER.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) 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 unauthorized sources seeking authorization. Repair Turnaround Time (RTAT): Requested RTAT is 228 DAYS after receipt of asset. Definition: Delivery requirement measured from asset Return to acceptance date. Return is physical receipt of F-condition asset at contractor's facility as per CAV system. Contractor must report transactions within five business days. 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 provide throughput constraint per NSN(s). Total assets repaired monthly after initial delivery: __/month (fill in). Zero means no constraint. Induction Expiration Date: 365 days after contract award. Assets received after require bilateral agreement. Reconciliation Price Reduction: Price reduction per unit/month for late RTAT unless excusable delay. Reduction implemented via "Reconciliation Modification" at contract end. Does not limit other remedies including termination for default. Contractor to provide price reduction amount per unit/month: $_____, max: $_______ (fill in). Quote Must Include: Repair unit price Total price Repair Turnaround Time (RTAT) in days New unit price If not quoting requested RTAT, provide capacity constraints T&E fee/price if asset is BR/BER, with documentation and negotiated NTE amount T&E fee basis Award to CAGE Inspection & Acceptance CAGE (if different) Facility/Subcontractor CAGE (shipping to and from) Cost breakdown including profit rate (if feasible) Quote expiration date (minimum 90 days) Delivery vehicle details (if applicable)
Evaluation Utilizing Simplified Acquisition Procedures This requirement uses Lowest Price Technically Acceptable (LPTA) source selection. Proposals meeting minimum technical requirements will be evaluated by price. Award goes to responsible offeror with lowest acceptable price.
Scope This contract/purchase order covers repair and quality requirements for the POWER RELAY ASSY.
Applicable Documents Documents listed form part of this contract including modifications or exclusions. Contractor must obtain "Document References" as attached.
Requirements Cage Code/Reference Number Items: POWER RELAY ASSY must meet operational and functional requirements per listed Cage Codes and reference numbers. Repair per contractor's standard practices and approved documents. CAGEReference Number 3B3G2K939020741 07MU1K939020741
Marking: Item shall be identified per MIL-STD-130, REV N, 16 NOV 2012.
Changes in Design, Material, Servicing, or Part Number: Except Code 1 changes, no substitutions without written approval from NAVICP-MECH Contracting Officer. Provide drawings and explanation for substitutions. Code definitions provided for types of changes.
Quality Assurance Inspection Responsibility: Contractor responsible for all inspections unless otherwise specified. Government may perform inspections as needed. Compliance: All items must meet contract requirements. Inspection is part of contractor's quality program. Sampling does not authorize defective material. Records: Keep inspection records available for Government during contract and 365 days after final delivery. Inspection/Testing: Perform all inspections and tests per original manufacturer's specs and drawings.
Packaging Preservation, packaging, packing, and marking per contract schedule and MIL-STD 2073.
Notes Ordering Information for Document References: Obtain documents from Department of Defense Single Stock Point (DODSSP) at http://www.dsp.dla.mil/ or http://quicksearch.dla.mil/. Additional ordering instructions and contacts provided. Distribution Statements: Per OPNAVINST 5510.1, documents include distribution statements A through X defining distribution limits. Notice to Distributors/Offerors: Only authorized distributors of original manufacturer's item considered for award. Proof required on company letterhead.
Additional Links: See Solicitation N0010426QUA94