Opportunity
SAM #N0010426QUB32
Repair Services for Navy Circulating Fan (NIIN 015138103, Part Number 10484-514-21)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
March 30, 2026
Respond By
April 27, 2026
Identifier
N0010426QUB32
NAICS
333413, 811310
This opportunity involves the Department of the Navy's NAVSUP Weapon Systems Support Mechanicsburg office seeking repair services for a circulating fan used in naval applications. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - Referenced OEM is associated with CAGE code 94756 (manufacturer of part number 10484-514-21) - Products/Services Requested: - Repair of circulating fan (NIIN 015138103) - Upgrade and repair of circulating fan (NIIN 014743813 to NIIN 015138103) - Part number: 10484-514-21 - Quantity: Not specified - Unique or Notable Requirements: - Repair services only (no new supply or test/evaluation) - Strict compliance with MIL-STD packaging, government source inspection, and IUID requirements - All materials must be mercury-free due to submarine/surface ship use - Contractor must be an authorized repair source for the OEM item - Turnaround time for repair is 286 days after receipt of asset - Price reductions apply if turnaround time is not met - Detailed reporting and compliance with government standards required - Only authorized distributors of the original manufacturer's item will be considered
Description
Contact Information Code: 4 Reference: N711.15 Department: AAD Phone: 771-229-1542 Email: KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL
Item Unique Identification and Valuation (Jan 2023) Reference: 19
Inspection of Supplies--Fixed-Price (Aug 1996) Reference: 2
Wide Area Workflow Payment Instructions (Jan 2023) Reference: 16 Invoice & Receiving Report (Combo) Contract Number: TBD Location: N00104 Schedule: See Schedule
Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Reference: 1 Code: WSS
Mandatory Use of Workflow Pro (WFP) MOD Assist Module Reference: 1 Contact: KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL
Notice of Cybersecurity Maturity Model Certification Level Requirements (Nov 2025) Reference: 1
Small Business Subcontracting Plan (DoD Contracts) - Basic (Dev 2026-O0037) (Feb 2026) Reference: 2
Contractor Purchasing System Administration - Basic (Deviation 2026-O0015) Reference: 1
Security Prohibitions and Exclusions (Class Deviation 2026-O0025) (Feb 2026) Reference: 7
List of Solicitation Attachments Reference: 5
Buy American - Balance of Payments Program Certificate - Basic (Feb 2024) Reference: 1
Alternate A, Annual Representations and Certifications (Deviation 2026-O0043) (Feb 2026) Reference: 13 Marked: x
Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008) Reference: 2 Marked: x
Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule.
A. Electronic Submission All quotes, representations, and necessary certifications shall be submitted via email to KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
B. General Requirements MIL-STD Packaging Government Source Inspection FOB Source CAV Reporting
C. RFQ Purpose This RFQ is for REPAIR. The award will be bilateral, requiring contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN before responding.
D. Pricing Only firm-fixed-price (FFP) for repair of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for repair of the item(s).
E. IUID Requirements Must adhere to IUID requirements of DFARS 252.211-7003.
F. Authorized Repair Source The awardee must be an authorized repair source. Award will not be delayed while unauthorized sources seek authorization.
G. Repair Turnaround Time (RTAT) RTAT: 286 DAYS after receipt of asset. Definition: Contractual delivery requirement measured from asset return to date of asset acceptance under contract terms. Return is physical receipt of F-condition asset at contractor's facility as per CAV system. Contractor must report all transactions within five business days after receipt. Final inspection and acceptance by Government 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 to be repaired monthly after initial delivery: _____ / month (to be filled by contractor). Zero indicates no constraint.
Induction Expiration Date 365 days after contract award. Assets received after this date require bilateral agreement for repair authorization.
H. Important Note: Reconciliation Price Reduction Late RTAT incurs price reduction per unit per month late, except excusable delays (e.g., Government delay). Price reduction implemented via "Reconciliation Modification" at contract end. Does not limit other Government remedies. Contractor to provide price reduction amount per unit per month late: $________, up to maximum: $_______ (to be filled by vendor).
I. Quote Requirements Quotes must include: Repair unit price: _____________ Total price: __________ Repair Turnaround Time (RTAT): __________ days New unit price: _____________ Note: If not quoting Government's requested RTAT or sooner, provide capacity constraints: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ T&E fee/price if asset is determined Beyond Repair (BR)/Beyond Economical Repair (BER): If BR, and documentation of costs incurred is provided, Contracting Officer will negotiate reduced contract price not to exceed $_____. T&E fee determination basis: ______________________________________________________ Award to CAGE: __ Inspection & Acceptance CAGE (if different): __ Facility/Subcontractor CAGE (shipping to): __ Facility/Subcontractor or Packaging Facility CAGE (shipping from): __ Cost breakdown including profit rate (if feasible). Quote expiration date (minimum 90 days requested): ____________________ Delivery Vehicle (if Delivery Order requested, e.g., current BOA/IDIQ).
1. Scope This contract/purchase order contains requirements for repair and quality for the FAN, CIRCULATING. Includes repair of NIIN 015138103 or repair and upgrade of NIIN 014743813 to NIIN 015138103.
2. Applicable Documents Documents listed form part of this contract/purchase order including modifications or exclusions. "Document References" must be obtained by Contractor. Ordering info attached.
3. Requirements 3.1 Cage Code/Reference Number Items FAN, CIRCULATING repaired shall meet operational and functional requirements per Cage Code(s) and reference number(s) below. Repair per contractor's standard practices, manuals, directives, drawings, technical orders, tooling instructions, approved repair standards, and other approved documents. CAGE: 94756 Ref. No.: 10484-514-21
3.2 Marking Item shall be physically identified per MIL-STD-130, REV N, 16 NOV 2012.
3.3 Changes in Design, Material Servicing, or Part Number Except Code 1 changes, no substitutions until NAVICP-MECH Contracting Officer approval via written change order. Substitutions require drawing and explanation. Shop drawings acceptable if finished drawings unavailable. Notify Procurement Contracting Officer with code number indicating type of change: Code 1: Part number change only; parts identical. Code 2: Assembly not furnished; use detail parts. Code 3: Part not furnished separately; use assembly. Code 4: Part redesigned; old and new interchangeable. Code 5: Part redesigned; new replaces old; old cannot replace new. Code 6: Part redesigned; parts not interchangeable.
3.4 Mercury Free Material must contain no metallic mercury and be free from mercury contamination. Mercury contamination causes rejection. If mercury inclusion is required, Contractor must obtain written approval from Procurement Contracting Officer with detailed explanation. Use of mercury or mercury-bearing instruments in manufacture, assembly, or test is prohibited unless located to avoid contamination hazard. If contamination suspected, test by enclosing equipment in airtight container for 8 hours at room temperature; sample air for mercury vapor concentration ≥ 0.01 mg/cu meter indicates contamination. Requirements apply to subcontracts; Contractor must ensure compliance. Technical questions referred to Procurement Contracting Officer via Administrative Contracting Officer. Mercury is corrosive and toxic; contamination can cause serious damage and health hazards.
4. Quality Assurance 4.1 Responsibility for Inspection Contractor responsible for all inspection requirements unless specified otherwise. Contractor may use own or other suitable facilities unless disapproved. Government reserves right to perform inspections as needed.
4.2 Responsibility for Compliance All items must meet contract requirements. Inspection is part of Contractor's quality program. Absence of inspection requirements does not relieve responsibility. Sampling does not authorize submission of defective material.
4.3 Records Inspection records must be kept complete and available to Government during contract and for 365 days after final delivery.
4.4 Inspection/Testing Repaired Items Contractor shall perform inspection and testing per original manufacturer's specifications and drawings.
5. Packaging 5.1 Preservation, Packaging, Packing and Marking Shall comply with Contract/Purchase Order Schedule and MIL-STD 2073 packaging as specified.
6. Notes 6.1 Ordering Information for Document References Department of Defense Single Stock Point (DODSSP) website: http://www.dsp.dla.mil/ provides product info for DOD Index of Specifications and Standards (DODISS), Data Item Descriptions (DIDs), and other products. Most specifications can be obtained from http://quicksearch.dla.mil/. A. Cancelled documents available in paper format via Subscription Services Desk. B. Commercial specifications not available from Government; obtain from publishers. C. Ordnance Standards, Weapons Specifications, NAVORD OSTD 600 pages available from Commander, Indian Head Division, Naval Surface Warfare Center, Code 8410P, 101 Strauss Avenue, Indian Head, MD 20640-5035. D. "Official Use Only" and "NOFORN" documents require certification via Defense Contract Management Command or PCO. E. NOFORN Military Specifications and Standards ordered from Contracting Officer, NAVSUP-WSS, Code 87321, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. F. Nuclear Reactor Publications ordered from Commanding Officer, NAVSUP-WSS, Code 009, same address. G. Technical Manuals ordered from Commanding Officer, NAVSUP-WSS, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. H. Interim Changes and Classified Specifications obtained via DD Form 1425 to NAVSUP-WSS.
6.2 Distribution Statements Per OPNAVINST 5510.1, all documents/drawings provided to prospective contractors include a distribution statement indicating limits and safeguarding. Distribution codes: A: Approved for public release; distribution unlimited. B: Distribution authorized to US Government agencies only. C: Distribution authorized to US Government agencies and contractors. D: Distribution authorized to DoD and DoD contractors only. E: Distribution authorized to DoD Components only. F: Further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X: Distribution authorized to US Government agencies and private individuals eligible for export controlled technical data per OPNAVINST 5510.161.
6.3 Notice to Distributors/Offerors Only authorized distributors of original manufacturer's item will be considered for award. Proof of authorization on company letterhead signed by responsible official must be submitted with offer.
Additional Links: See Solicitation N0010426QUB32