Opportunity

SAM #N0010426QUB33

Repair Services for CLUTCH, POSITIVE (SL14726, CAGE 5S759) for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

March 30, 2026

Respond By

April 27, 2026

Identifier

N0010426QUB33

NAICS

333612, 811219

NAVSUP Weapon Systems Support Mechanicsburg, part of the Department of the Navy, is seeking repair services for a CLUTCH, POSITIVE component. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy) - Products/Services Requested: - Repair services for CLUTCH, POSITIVE - Reference number: SL14726 - CAGE code: 5S759 - OEMs and Vendors: - No specific OEMs are named; contractor must be an authorized repair source for the item - Key Requirements: - Contractor must provide firm-fixed or not-to-exceed pricing for repair (test/evaluation-only quotes not accepted) - MIL-STD packaging, government source inspection, and IUID compliance required - Marking and quality assurance standards must be met - Repair turnaround time (RTAT) requested at 68 days after receipt of asset - Price reductions apply for late delivery - Contractor must provide throughput constraints and quote expiration of at least 90 days - Item must be repaired to meet operational and functional requirements as represented by the CAGE code and reference number

Description

Contact Information Code: 4 Reference: N711.15 Location: GXA 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: N00104 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

Small Business Subcontracting Plan (DoD Contracts) - Basic (Dev 2026-O0037) (Feb 2026) Reference: 2

Notice of Total Small Business Set-Aside (Dev 2026-O0037) (Feb 2026) 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

This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule.

Submission Instructions Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via email directed to KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. This RFQ is for REPAIR. The resultant award will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Only a firm-fixed (FFP) OR not-to-exceed (NTE) price for the 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 the REPAIR of the item(s). Must adhere to IUID requirements of DFARS 252.211-7003. The ultimate awardee must be an authorized repair source. Award will not be delayed while an unauthorized source seeks authorization. The Government requests a Repair Turnaround Time (RTAT) of: 68 DAYS after receipt of asset.

Repair Turnaround Time (RTAT) Definition The contractual delivery requirement is measured from asset Return to the date of asset acceptance under contract terms. 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. The contractor must report all transactions by the end of the fifth regular business day after receipt, and the Action Date in CAV must 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.

Note: Freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25.

Throughput Constraint Contractor must provide a throughput constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences: _____ / month (contractor to fill in number). A throughput of "0" (zero) per month reflects no throughput constraint.

Induction Expiration Date 364 days after contract award date. Any asset received after this date is not authorized for repair without bilateral agreement between the Contractor and NAVSUP WSS Contracting Officer.

Important Note: Reconciliation Price Reduction Any asset(s) for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. Excusable delays (e.g., Government Delay) will not result in price reduction. If the contractor does not meet RTAT due to inexcusable delay, the Contracting Officer will implement price reduction via a "Reconciliation Modification" at contract end. Price reductions do not limit other Government remedies, including termination for default. Contractor to provide the following price reduction amount per unit/per month for late RTAT: $________, up to a maximum of: $_______.

Quote Requirements Repair unit price: _____________ Total price: __________ Repair Turnaround Time (RTAT): _____________ days New unit price: _____________ Note: If not quoting the Government's requested RTAT or sooner, provide company capacity constraints below: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ T&E fee/price (if asset is determined BR/BER): If item is BR, and contractor provides documentation of costs during evaluation, the contracting officer will negotiate a reduced contract price, not-to-exceed (NTE) $________ associated with repair effort. T&E fee was determined based on: _________________________________________________________________ Award to CAGE: __ Inspection & Acceptance CAGE (if different): __ Facility/Subcontractor CAGE (shipping to): __ Facility/Subcontractor or Packaging Facility CAGE (shipping from): __ Cost breakdown requested, 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 CLUTCH, POSITIVE.

2. Applicable Documents 2.1 The documents listed form part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" must be obtained by the Contractor. Ordering info is attached.

3. Requirements 3.1 Cage Code/Reference Number Items - The CLUTCH, POSITIVE repaired shall meet operational and functional requirements as represented by the Cage Code(s) and reference number(s) below. Repair work shall follow contractor's repair/overhaul standards, manuals, directives, drawings, technical orders, tooling instructions, approved repair standards, and other approved documents. CAGERef. No. 5S759SL14726

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 for Code 1 changes, no substitutions shall be made until NAVICP-MECH Contracting Officer approval via written change order. When changes are made, contractor shall provide drawing and explanation. Shop drawings acceptable if finished drawings unavailable. Change codes: Code 1: Part number change only; parts identical. Notify NAVICP-MECH immediately. 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.

4. Quality Assurance 4.1 Responsibility for Inspection - Contractor responsible for all inspection requirements unless otherwise specified. Contractor may use own or other suitable facilities unless disapproved by Government. 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 - Contractor shall keep complete inspection records available to Government during contract and for 365 days after final delivery.

4.4 Inspection/Testing Repaired Items - Contractor shall perform all inspection and testing per original manufacturer's specifications and drawings.

5. Packaging 5.1 Preservation, Packaging, Packing and Marking shall follow Contract/Purchase Order Schedule and MIL-STD 2073 as applicable.

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 at: http://quicksearch.dla.mil/ Availability of Cancelled Documents: DODSSP offers cancelled documents in paper format via Subscription Services Desk. Commercial Specifications, Standards, and Descriptions are not available from Government sources; obtain from publishers. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 pages may be requested 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 must be submitted via Defense Contract Management Command (DCMC) or PCO as appropriate. NOFORN Military Specifications and Standards ordered from Contracting Officer, NAVSUP-WSS, Code 87321, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Nuclear Reactor Publications assigned NAVSEA documents ordered from Commanding Officer, NAVSUP-WSS, Code 009, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Technical Manuals assigned NAVSEA numbers ordered from Commanding Officer, NAVSUP-WSS, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications obtained by submitting DD Form 1425 to NAVSUP-WSS.

6.2 Distribution Statements per OPNAVINST 5510.1: A: Approved for public release; distribution unlimited. B: Distribution authorized to US Government agencies only. C: Distribution authorized to US Government agencies and their 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 or enterprises eligible to obtain export controlled technical data per OPNAVINST 5510.161.

6.3 Notice to Distributors/Offerors: Consideration for award given only to authorized distributors of original manufacturer's item. Proof of authorization must be provided on company letterhead signed by responsible official and sent with offer to Procurement Contracting Officer.

Additional Links: See Solicitation N0010426QUB33

View original listing