Opportunity
SAM #N0038326QHA49
Repair and Upgrade Services for Honeywell Embedded GPS-INS Units for the Navy
Buyer
NAVSUP WEAPON SYSTEMS SUPPORT
Posted
March 31, 2026
Respond By
April 30, 2026
Identifier
N0038326QHA49
NAICS
334511, 811219
This opportunity from NAVSUP Weapon Systems Support Philadelphia seeks specialized repair and upgrade services for Navy Embedded GPS-INS units. - Government Buyer: - Department of the Navy - NAVSUP Weapon Systems Support Philadelphia - OEM Highlight: - Honeywell International Inc. is the Original Equipment Manufacturer (OEM) for the Embedded GPS-INS units - Products/Services Requested: - Repair, overhaul, upgrade, testing, and inspection of Embedded GPS-INS units - Part number: 016155547 - NSN: 34209200-w0S5-001 - Restoration to Ready for Issue (RFI) condition - Notable Requirements: - All work must be performed at Honeywell's Clearwater, FL facility - Compliance with ISO 9001/SAE AS9100 quality standards - Use of SAE-AS22759 series wire (MIL-W-81381 wire is prohibited) - Strict configuration management and quality assurance protocols - Contractor supplies all parts and materials unless specified as Government Furnished Material - Repairs must be completed within 20 days after receipt of asset; contractor to provide throughput constraints - Place of Performance: - Honeywell International Inc., Clearwater, FL - Contracting office: NAVSUP Weapon Systems Support Philadelphia, PA
Description
Contact Information Code: 4 Reference: N722.12 Category: B4D Phone: 215-697-2558 Email: jacob.a.tarlini.civ@us.navy.mil
Contract Clauses and Instructions Item Unique Identification and Valuation (JAN 2023) - Clause 19 Wide Area Workflow Payment Instructions (JAN 2023) - Clause 16 Invoice and Receiving Report Combo Contract Number: N00383 See Schedule for details Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) - Clause 1 Mandatory Use of Workflow Pro (WFP) Mod Assist Module - Clause 1 Equal Opportunity for Workers with Disabilities (DEV 2026-O0040) (FEB 2026) - Clause 4 Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) - Clause 11 Security Prohibitions and Exclusions (Class Deviation 2026-O0025) (FEB 2026) - Clause 7 Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) - 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 Royalty Information (APR 1984) - Clause 1 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) - Clause 2
Repair and Contract Details NIIN 016155547 is under Repair BOA N0038326GA801. All contractual documents (contracts, purchase orders, task orders, delivery orders, and modifications) related to this procurement are considered "issued" by the Government when copies are mailed, faxed, or sent by 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) 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 accurately by the end of the fifth regular business day after receipt, and the Action Date in CAV must reflect the actual physical receipt date. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Required RTAT: 20 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 to fill in number). A throughput of ##____ per month reflects no throughput constraint.
1. Scope Markings shall be in accordance with MIL-STD-130. Articles furnished shall be repaired, tested, and inspected per the Requirements Section. Equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or other manufacturing aids required for manufacture/testing are the contractor's responsibility and not provided by the Government. Use of MIL-W-81381 wire is prohibited; SAE-AS22759 series wire shall be used instead. Questions should be directed to the Procuring Contracting Officer. If MIL-STD-454 is referenced, compliance with IPC/EIAJ-STD-001C is expected. Personnel must be trained and certified as required.
2. Applicable Documents Not applicable.
3. Requirements 3.1 General This Statement of Work (SOW) establishes criteria for repair, testing, and inspection to return units to serviceable condition.
3.2 Definitions Contractor: Successful offeror awarded a contract, order, or project work order. Overhaul: Disassembly, cleaning, inspection, repair, reassembly, and testing to Ready for Issue (RFI) condition. Repair: Restoration to RFI condition by replacing or repairing defective components and testing.
3.3 Scope Items shall be overhauled, upgraded, repaired, tested, inspected, and accepted per contract terms. Government Furnished Property is not provided unless expressly stated. Repair Upgrade Requirements: Contractor shall provide necessary resources to return the following items to RFI condition: EMBEDDED GPS-INS; 34209200-w0S5-001; P/N: 016155547; NSN; IAW Applicable Manuals; Tech Publications RFI means items perform properly and reliably in operational environment as intended. Repairs must be performed at the facility identified in this SOW. Repairs must follow specified drawings and repair manuals. Changes require Procuring Contracting Officer (PCO) approval.
3.4 Configuration and Repair Changes Unauthorized changes to manuals, drawings, or repair sources are at contractor's risk. References to "prime contractor" or "actual manufacturer" read as "Government Designated Agency" for repair purposes. Contractor shall maintain repair procedures and test/inspection information for Government review. Beyond Economical Repair (BER): Items with repair cost exceeding 75% of replacement price are BER. Contractor must obtain DCMA concurrence and PCO instructions before proceeding. Missing on Induction (MOI): Items missing Shop Replaceable Assemblies (SRAs) require DCMA verification and PCO instructions before repair. Replacing Failed or Missing SRAs: Procedures for replacement require DCMA verification and follow CAV Statement of Work. Over and Above Repair (OAR): Repairs beyond normal scope may require equitable adjustment and DCMA concurrence.
3.5 Parts and Materials Contractor supplies all parts/materials unless Government Furnished Material (GFM) is specified. All parts/materials must comply with latest drawings/specifications and be new per FAR 52.211-5 unless approved otherwise. Contractor must have access to updated drawings/specifications and obtain Government approval for changes. Contractor shall maintain control systems for purchased parts/materials and perform receiving inspections. Note: Part cannibalization is not authorized unless approved by NAVSUP WSS and BDE.
3.6 Source and Location of Repair Contractor: Honeywell International Inc Address: 13350 US Highway 19 North, Clearwater, FL 33764-7226 Cage Code: 0BFA5 Inspection will be accomplished on contractor's equipment.
3.7 Contractor Quality Requirements Quality system per ISO 9001/SAE AS9100 to ensure conformance. Calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1, or equivalent.
3.8 Configuration Management (CM) Maintain configuration management plan per NAVSUP WSS clause NAVICPIA18.
3.9 Markings Markings as indicated in contract when applicable.
3.10 Storage Provide proper enclosed warehouse environment for materials awaiting repair and repaired assets to prevent damage.
Quality Control and Assurance Maintain quality control system meeting Mil-I-45208A, Mil-Q 9858, ISO-9000/9001/9002 or equivalent. Contractor responsible for all inspection requirements; may use own or other suitable facilities. Prepare and maintain quality control documentation, test, repair, and inspection procedures for Government review. Develop and maintain Repair Quality Plan compliant with applicable standards. Establish control over purchased materials and parts; maintain inspection records for Government review. Control nonconforming material with procedures for identification, segregation, and disposition. Internal Review Board (IRB) authority delegated for minor non-conformances; no "AS-IS" disposition allowed. Material Review Board (MRB) authority retained by Government for "AS-IS" and minor non-conformances. All items must meet SOW requirements; sampling does not authorize submission of defective items. Government may conduct repair assessment testing on samples of completed CLINs. Maintain historical record files for each CLIN including inspection, repair, parts replacement, and acceptance data.
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 N0038326QHA49