Opportunity
SAM #N0038326QLA71
Repair and Modification Services for Time System (NAVSUP WSS Philadelphia)
Buyer
NAVSUP WEAPON SYSTEMS SUPPORT
Posted
March 27, 2026
Respond By
April 27, 2026
Identifier
N0038326QLA71
NAICS
334290, 811210, 811213, 811219
NAVSUP Weapon Systems Support Philadelphia, part of the Department of the Navy, is seeking contractors for the repair and modification of a Time System. - Government Buyer: - Department of Defense - Department of the Navy - NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia - Products/Services Requested: - Repair, overhaul, upgrade, testing, and inspection of Time System - Part Number: ORH-5895-01-592-4603 - NSN: 03NF8 - OEMs and Vendors: - No specific OEMs are named other than the Time System itself - Key Requirements: - Contractor must provide all facilities, labor, materials, parts, and test equipment - System must be restored to Ready For Issue (RFI) condition - Compliance with ISO 9001/SAE AS9100 quality standards is mandatory - Use of SAE-AS22759 series wire is required (replacing MIL-W-81381) - Strict adherence to calibration and configuration management standards - Contractor must maintain process control documentation and obtain government approval for changes to manuals, drawings, or specifications - All repairs performed at contractor's facility; early and incremental deliveries are preferred - Place of Performance: - All work performed at contractor's facility; contracting office is NAVSUP WSS Philadelphia - Notable: No specific OEMs are named; focus is on technical and quality requirements for repair and modification
Description
Contact Information Code: 4 Reference: N763.11 Section: P5B Phone: 771-229-0507 Email: sarah.l.austin10.civ@us.navy.mil
Item Unique Identification and Valuation (JAN 2023) Code: 19
Higher-Level Contract Quality Requirement Code: 8
Inspection and Acceptance of Supplies Code: 26
Wide Area Workflow Payment Instructions (JAN 2023) Code: 16 Invoice and Receiving Report Combo Type: Source/source Contract Number: N00383 Other Details: TBD, See schedule
Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Code: 1
Firm Fixed Price Repair Purchase Orders Code: 1
Warranty of Supplies of a Noncomplex Nature (JUN 2003) Code: 6 Warranty Period: 12 months Defect Notification: 60 days after defect of delivery
Equal Opportunity for Workers with Disabilities (DEV 2026-O0040)(FEB 2026) Code: 4
Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) Code: 11
Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) Code: 7
Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) Code: 5
Buy American--Balance of Payments Program Certificate-Basic (FEB 2024) Code: 1
Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(FEB 2026) Code: 13
Royalty Information (APR 1984) Code: 1
Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) Code: 2
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. 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 the subsequent contract.
Required RTAT 156 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 fill in #). A throughput of 000 per month reflects no throughput constraint.
Induction Expiration Date 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral 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 subsequent contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, consideration will be assessed and subject to negotiation.
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.
Early and incremental deliveries accepted and preferred.
1. Scope Articles to be furnished hereunder shall be repaired, tested and inspected in accordance with the terms and conditions specified in the Requirements Section of this document. Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the 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. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as required by IPC/EIAJ-STD-001C paragraph 5.1.4.
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 back into a serviceable condition.
3.2 Definitions Contractor: Defined as 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 General: 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. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items.
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: TIME SYSTEM P/N: ORH-5895-01-592-4603 NSN: 03NF8 Tech Publications
RFI is defined as that 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, drawings, or specifications require Procuring Contracting Officer (PCO) approval. Unauthorized changes are at the contractor's risk and may require replacement of delivered items without equitable adjustment.
3.5 Parts and Materials The contractor is responsible for supplying all parts and materials unless identified as Government Furnished Material (GFM). All parts and materials must comply with latest approved drawings and specifications and be new per FAR 52.211-5. Use of other than new material requires PCO approval.
3.6 Source and Location of Repair The contractor shall specify the name and location of the source performing the work.
3.7 Contractor Quality Requirements The contractor shall establish and maintain a quality system conforming to ISO 9001/SAE AS9100 and maintain a calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1 or equivalent.
3.8 Configuration Management The contractor shall maintain a configuration management plan per NAVSUP WSS clause NAVICPIA18.
3.9 Markings Markings shall be as indicated in the contract when applicable.
3.10 Storage The contractor shall provide proper enclosed warehouse environment for material items awaiting repair and repaired assets awaiting shipment to prevent damage.
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 N0038326QLA71