Opportunity
SAM #N0010426RZA22
Repair or Refurbishment of Safety Relief Valve for NAVSUP WSS Mechanicsburg
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
March 31, 2026
Respond By
April 30, 2026
Identifier
N0010426RZA22
NAICS
332919, 811310
NAVSUP Weapon Systems Support Mechanicsburg is seeking repair or refurbishment services for a Safety Relief Valve used by the Department of the Navy. - Government Buyer: - Department of Defense - Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) - OEMs and Vendors: - OEM associated with Drawing V1E10601, CAGE 99517 (specific manufacturer not named) - Products/Services Requested: - Safety Relief Valve (Part Number: V1E10601-01) - Inspection, teardown, evaluation, and refurbishment - Compliance with Drawing V1E10601 and MIL-STD-130 - Mercury-free materials required - MIL-STD packaging and marking - Detailed reporting of waivers, deviations, and engineering change proposals - Government-Furnished Property (GFP) utilization - Commercial Asset Visibility (CAV) reporting - Strict configuration control - Not-To-Exceed price for repair and cost of new price required - Requested Repair Turnaround Time (RTAT): 365 days - Unique/Notable Requirements: - Use of mercury-free materials - Adherence to military standards for marking and packaging - Detailed engineering and configuration reporting - Compliance with government-furnished property and asset visibility requirements
Description
Item Unique Identification and Valuation (Jan 2023) 19
Inspection of Supplies--Fixed-Price (Aug 1996) 2
Inspection/Acceptance Point 6
Stop-Work Order (Aug 1989) 1
Wide Area Workflow Payment Instructions (Jan 2023) 16 Material - Invoice & Receiving Report (COMBO) N/A TBD N00104 TBD TBD N50286 TBD N/A N/A N/A N/A N/A N/A N/A Not applicable
Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) 1 Weapon Systems Support (WSS)
Mandatory Use of Workflow Pro (WFP) Mod Assist Module 1 Amanda Gowdy (email: amanda.a.gowdy.civ@us.navy.mil)
Contract Definitization (May 2023) 5 Firm-Fixed Price (FFP) fixed-price firm-fixed price firm-fixed price TBD
Limitation of Government Liability (Apr 1984) 2 Firm-Fixed Price (FFP) TBD
Integrity of Unit Prices (Nov 2021) 1
Warranty of Supplies of a Noncomplex Nature (June 2003) 6 One year from date of delivery
Small Business Subcontracting Plan (DEV 2026-O0037)(Feb 2026) 4
Equal Opportunity for Workers with Disabilities (DEV 2026-O0040)(Feb 2026) 4
Transportation of Supplies by Sea (Oct 2024) 2
Buy American-Free Trade Agreements-Balance of Payments Program-Basic (Feb 2024) 11
Small Business Subcontracting Plan (DOD Contracts)-Basic (DEV 2026-O0037)(Feb 2026) 2
Contractor Purchasing System Administration-Basic (Deviation 2026-O0015) 1
Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data-Modifications (DEV 2026-O0048)(Mar 2026) 7
Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(Feb 2026) 7
List of Award Attachments 5 X 5 X
Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (Feb 2024) 5
Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(Feb 2026) 13
Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008) 2 X
Only One Offer (Deviation 2026-O0048)(Mar 2026) 1
The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. All transportation to/from repair site will be paid for by the US Navy. Offers shall be submitted as an estimated, Not-To-Exceed price for the full repair effort based on the Repair Instruction or SOW. The contractor shall have 90 days to complete a teardown and evaluation of the carcass(es) and submit a Repair Report and Firm Fixed Price offer for the repair. A cost of new price shall also be provided in addition to the repair price. Include in the Not-To-Exceed Repair Price all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV reporting. Also, please provide the following: Teardown and Evaluation rate: RTAT: Throughput Constraint: Induction Expiration Date: This requirement utilizes Government Furnished Property (GFP). Any GFP located at the contractor's facility in storage that can be used for repair of the requirement must be utilized and called out within the final quote. The contractor shall comply with the Commercial Asset Visibility (CAV) of the asset(s) in this order in accordance with NAVSUPWSSFA24. 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. Any contract/order awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. When submitting quotes, make sure to specify any exceptions, i.e. MIL-STD packaging, MIL-STD labeling, inspection and acceptance locations, packaging houses, surplus material, etc. If no exceptions are indicated or received, award will be issued upon the solicitation requirements. Changes or requests for changes after award will require consideration costs deducted from the unit price. If supplies will be packaged at a location different from the offeror address, the offeror shall provide the name, street address, and cage code of the packaging facility.
Repair Turnaround Time (RTAT): The resultant 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 this contract. Requested RTAT: 365 Days Offer shall reference the proposed RTAT and any capacity constraints.
1. Scope 1.1 This contract/purchase order contains the requirements for manufacture or refurbishment and the contract quality requirements for the VALVE, SAFETY RELIEF.
2. Applicable Documents 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.2 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer revisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: https://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions, without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listed within CSD155 or elsewhere within this contract. 2.2.3 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NOCAGEREVDISTR CD V1E1060199517HB DOCUMENT REF DATA = MIL-STD-130 | | |N |121116|A| |01|
3. Requirements 3.1 Refurbished Material Statement of Work (Repair SOW) 3.1.1 Inspection - Clean and determine if refurbishment is possible. 3.1.2 Re-usable Parts - Any parts of the original assembly that are useable (replacement is not necessary), may be utilized as initially supplied. 3.1.3 Non-Useable Parts - Any parts of the original assembly that are not usable (replacement is necessary) must be in accordance with this Contract, including all testing and military specification requirements. 3.1.4 Refurbishment - Upon completion of inspection, this item must be refurbished to be in accordance with Drawing V1E10601, Part Number V1E10601-01, except as amplified or modified herein. 3.1.5 Additional SOW Requirements - N/A
3.2 Marking This item must be physically identified in accordance with MIL-STD-130.
3.3 Configuration Control The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order.
3.3.1 Waivers/Deviations Waivers and Deviations must be designated as Critical, Major, or Minor. All waivers and deviations require review and approval by the Contracting Officer. A copy of approved waivers and deviations with related OQE must be submitted via WAWF as part of the entire OQE package. (SOC MCD C material requires both approved and disapproved waivers and deviations be submitted) Requests must include the information listed below: A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. Number of units (and serial/lot numbers) to be delivered in this configuration. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. Information about remedial action being taken to prevent reoccurrence of the non-conformance.
3.3.2 Submission All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/
3.3.3 Engineering Change Proposals (ECPs) The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: The change priority, change classification (Class I or Class II), and change justification. A complete description of the change to be made and the need for that change. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. Proposed changes to documents controlled by the Government. Recommendations about the way a retrofit should be accomplished. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. Impacts to the operational use of the product. Complete estimated life-cycle cost impact of the proposed change. Milestones relating to the processing and implementation of the engineering change.
3.4 Mercury Free Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection.
4. Quality Assurance 4.1 Notes to the Contractor 4.1.1 The Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. The departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 The Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A record of these departures, traceable to the applicable part number and contract number must be submitted to the PCO. 4.1.3 The Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 The Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions, and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/
5. Packaging 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. Notes 6.1 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to prospective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. 6.1.1 There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is 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 is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
6.2 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e. Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can be obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS.
6.3 Recent Updates - A short description of recent updates to the technical requirements of this item are listed below, along with an implementation date for each issue. The notes below are only a generic quick reference and are provided for convenience only, detailed requirements will be defined elsewhere in the technical sections of this Contract/Purchase Order. 10/20/2016 - Updated ECDS URL May 16 2013 - Removed GSI from this Material;
Additional Links: See Solicitation N0010426RZA22