Opportunity
SAM #N0038326QPB20
Repair Services for Laser Infrared Devices for NAVSUP Weapon Systems Support
Buyer
NAVSUP WEAPON SYSTEMS SUPPORT
Posted
April 02, 2026
Respond By
May 04, 2026
Identifier
N0038326QPB20
NAICS
334511, 811219
NAVSUP Weapon Systems Support Philadelphia, part of the Department of the Navy, is seeking repair services for Laser Infrared Devices. - Government Buyer: - NAVSUP Weapon Systems Support Philadelphia (Department of the Navy, Department of Defense) - OEMs and Vendors: - Daylight Defense LLC (listed as a repair source location) - Manufacturer of the Laser Infrared Device (not explicitly named) - Products/Services Requested: - Repair, testing, inspection, and modification of Laser Infrared Device - NSN: 5865-01-671-2005 - Part Numbers: E01-10016-03, 24277-0019 - Quantity: 15 units - Unique or Notable Requirements: - Repairs must comply with the latest technical publications - Quality standards: ISO 9001/SAE AS9100 and calibration systems meeting ANSI/NCSL Z540.3 or equivalent - Contractor must be an approved source or submit source approval documentation per NAVSUP WSS guidelines - Government source approval required prior to award - Early and incremental deliveries are accepted and preferred - Repair and inspection to be performed at the contractor's facility - Strict adherence to configuration management and repair procedures per NAVSUP WSS clauses
Description
Contact Information Phone: 771-229-0399 Email: christopher.campellone.civ@us.navy.mil
Item Unique Identification and Valuation (JAN 2023) Details not provided.
Higher-Level Contract Quality Requirement Requirement: x
Wide Area Workflow Payment Instructions (JAN 2023) Invoice and receiving report combo type: N/A Other details: TBD, N00383, See Schedule
Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Details not provided.
Mandatory Use of Workflow Pro (WFP) MOD Assist Module Details not provided.
Warranty of Supplies of a Noncomplex Nature (JUN 2003) Warranty Period: 12 months Defect Reporting: 60 days after discovery of defect
Equal Opportunity for Workers with Disabilities (DEV 2026-O0040)(FEB 2026) Details not provided.
Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) Details not provided.
Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) Details not provided.
Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) Details not provided.
Buy American--Balance of Payments Program Certificate-Basic (FEB 2024) Details not provided.
Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(FEB 2026) Details not provided.
Royalty Information (APR 1984) Details not provided.
Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) Priority Rating: x
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 180 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 0 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.
This Solicitation is for the Repair of: Item: LASER INFRARED DEVI NIIN: 016712005 Part Number: E01-10016-03 Quantity: 15 EA
Please submit quote via email to christopher.campellone.civ@us.navy.mil by the due date specified on page 1, block 10. If a Firm Fixed Price (FFP) cannot be determined, please inform the PCO. These items require Government source approval prior to award. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure which can be obtained online at https://www.navsup.navy.mil/public/navsup/wss/business_opps/ under "Commodities." Offers received which fail to provide all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of requirement may be continued based on fleet support needs. Early and incremental deliveries are accepted and preferred.
1. Scope 1.1 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. 1.1.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements. Repair of LASER INFRARED DEVI (NIIN: 5865-01-671-2005; Part Number: 24277-0019) shall be performed in accordance with latest revisions of applicable publications. 1.1.2 There will be no repair deviation from the approved written procedures without review and acceptance by the Basic Design Engineer. All requests for Waiver/Deviation shall be via Form 1694 routed through the Local DCMA/ACO office for review and recommendations via Form 1998.
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: The successful offeror awarded a contract, order, or issued a project work order. Overhaul: Disassembly, cleaning, inspection, repair as necessary, reassembly and testing in accordance with approved manuals, returning to Ready for Issue (RFI) condition. Repair: Restoration to RFI condition by replacing or repairing defective components and testing as per approved manuals.
3.3 Scope 3.3.1 General: Items shall be overhauled, upgraded, repaired, tested, inspected, and accepted per contract terms. Government Furnished Property (GFP) such as fixtures, jigs, dies, patterns, special tooling, or test equipment will not be provided unless expressly stated. 3.3.2 Repair Upgrade Requirements: Contractor shall provide necessary facility, labor, materials, parts, and test/tooling equipment to return LASER INFRARED DEVI (P/N: 24277-0019; NSN: 5865-01-671-2005) to RFI condition per latest technical publications. 3.3.3 RFI is defined as condition allowing proper and reliable operation in intended environment. Repairs must be performed at the facility identified in this SOW. Repairs by subcontractors must comply with specified drawings and manuals.
3.4 Configuration Management Changes to manuals, drawings, or specifications require Procuring Contracting Officer (PCO) approval. Unauthorized changes are at contractor's risk and may require replacement of delivered items without price adjustment. References to "prime contractor" or "actual manufacturer" shall be read as "Government Designated Agency" for repair purposes. Contractor shall prepare and maintain repair procedures and test/inspection information for Government review and approval. Beyond Economical Repair (BER): Items with repair cost exceeding 75% of replacement price are BER and not included in contract price. Written concurrence from DCMA is required before proceeding. Missing on Induction (MOI): Items missing Shop Replaceable Assemblies (SRAs) must be reported and verified by DCMA before repair. Replacement of failed or missing SRAs requires written verification and direction from DCMA and Inventory Manager. Over and Above Repair (OAR): Repairs beyond normal scope may be subject to equitable adjustment with DCMA concurrence and PCO authorization.
3.5 Parts and Materials Contractor responsible for supplying all parts and materials unless identified as Government Furnished Material (GFM). All parts must be new per FAR 52.211-5 unless approved otherwise. Contractor must have access to updated drawings and specifications. Changes require Government approval. Contractor shall maintain control over purchased parts and materials, including receiving inspection and documentation. Note: Part cannibalization is not authorized unless specifically approved by NAVSUP WSS and the BDE.
3.6 Source and Location of Repair Contractor shall specify the name and location of the source performing the work. Company Name: Daylight Defense LLC Address: 16645 Via Esprillo Ste 100 Cage Code: 5DCV5 Inspection will be accomplished on the contractor's equipment.
3.7 Contractor Quality Requirements Contractor shall establish and maintain a quality system conforming to ISO 9001/SAE AS9100 standards. Calibration system must meet ANSI/NCSL Z540.3, ISO-10012-1, or equivalent standards acceptable to the Government.
3.8 Configuration Management (CM) 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 Contractor shall provide proper enclosed warehouse environment for material items awaiting repair and repaired assets to prevent damage during storage.
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 N0038326QPB20