Opportunity
SAM #N0010426QJB24
NAVSUP WSS MECHANICSBURG Solicits REPAIR MODULE,STRAI (025SH-608-FR) from OEM or Authorized Distributors
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
April 02, 2026
Respond By
April 09, 2026
Identifier
N0010426QJB24
NAICS
332919, 336419, 423860, 336415
NAVSUP Weapon Systems Support Mechanicsburg, part of the Department of the Navy, is seeking offers for a specialized repair module: - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy) - OEM and Vendor Information: - OEM identified by Cage Code 1QZK3 (manufacturer name not explicitly stated) - Only authorized distributors of the OEM are eligible to compete - If not the manufacturer, traceability documentation from the OEM is required - Products Requested: - REPAIR MODULE,STRAI - Part Number: 025SH-608-FR - Quantity: Not specified; solicitation includes an option for increased quantity - Technical and Quality Requirements: - Item must be physically marked per MIL-STD-130, REV N - Packaging must comply with MIL-STD 2073 - Government source inspection is required - Notable Requirements: - Only authorized OEM distributors may be awarded - Traceability documentation is mandatory for non-manufacturers - Early delivery is encouraged - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA
Description
Contact Information Code: N7M1.23 HFQ: 7712291604 Email: KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL
Documents and Instructions Item Unique Identification and Valuation (Jan 2023) Inspection of Supplies--Fixed-Price (Aug 1996) Wide Area Workflow Payment Instructions (Jan 2023) Combo Invoice & Receiving Contract Number: N00104 See Schedule for details Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Mandatory Use of Workflow Pro (WFP) Mod Assist Module - Contact: Kristen Wardecker Small Business Subcontracting Plan (DoD Contracts) - Basic (Dev 2026-O0037) (Feb 2026) Option for Increased Quantity (Mar 1989) - 365 days from date of award Contractor Purchasing System Administration - Basic (Deviation 2026-O0015) Security Prohibitions and Exclusions (Class Deviation 2026-O0025) (Feb 2026) Alternate A, Annual Representations and Certifications (Deviation 2026-O0043) (Feb 2026) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008)
General Notes Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. All freight is FOB Origin. This RFQ is for a buy. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's signed acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government source inspection is required.
Pricing and Delivery Unit Price: __________ FIRM Total Price: __________ FIRM Procurement Turnaround Time (PTAT): _______ Awardee CAGE: ____ Inspection & Acceptance CAGE (if not at source): ____ Delivery Vehicle (if Delivery Order requested, e.g., current BOA/IDIQ): _______
Important Traceability Notice If you are not the manufacturer of the material you are offering, you must provide a letter or official email from the OEM confirming your company is an authorized distributor of their items.
If Item Not Previously Purchased by NAVSUP WSS or Prices Increased Provide the NSN of a similar item or, if current NSN is an upgrade part, provide the previous NSN. If previously sold to another buying activity or in the commercial marketplace, provide a copy of your company's invoice (redacted versions are acceptable). If pricing is not in line with historical pricing, provide the basis of your company's pricing.
Option Quantity The Government intends to add an option quantity to the resultant contract. The Contracting Officer may exercise the option by written notice within the number of days specified in FAR 52.217-6. Delivery of added items shall continue at the same rate as the like items called for under the contract unless otherwise agreed.
Contract Details Scope This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the REPAIR MODULE, STRAI. Applicable Documents The documents listed below form a part of this contract/purchase order including modifications or exclusions. "Document References" must be obtained by the Contractor. Ordering information is included as an attachment. Requirements Cage Code/Reference Number Items - The REPAIR MODULE, STRAI furnished shall be the design represented by Cage Code(s) and reference number(s): 1QZK3 025SH-608-FR. Marking - This item shall be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012. Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, no substitution of items shall be made until approval by the NAVICP-MECH Contracting Officer via written change order. Substitutions require drawings and explanations. Change Codes: Code 1: Part number change only; parts identical. Code 2: Assembly (or set or 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 part replaces old; old part cannot replace new. Code 6: Part redesigned; parts not interchangeable. Quality Assurance Responsibility for Inspection - Contractor responsible for all inspection requirements unless otherwise specified. Government reserves right to perform inspections. Responsibility for Compliance - All items must meet contract requirements. Inspection is part of Contractor's quality program. Sampling does not authorize submission of defective material. Records - Inspection records must be kept complete and available for 365 days after final delivery. Packaging Preservation, Packaging, Packing, and Marking shall comply with the Contract/Purchase Order Schedule and MIL-STD 2073 packaging requirements. Notes Ordering information for document references is available at the Department of Defense Single Stock Point (DODSSP) website: http://www.dsp.dla.mil/ and http://quicksearch.dla.mil/. Availability of cancelled documents, commercial specifications, ordnance standards, and other publications is detailed with contact addresses provided. Requests for "Official Use Only" and "NOFORN" documents must follow specified procedures. Distribution statements per OPNAVINST 5510.1 apply to all documents and drawings provided. Distribution Statement Codes: 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.
Additional Notices Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. Proof of authorization must be provided on company letterhead signed by a responsible official.
In accordance with OPNAVINST 5510.1, all documents and drawings provided to prospective contractors must include a "Distribution Statement" to inform the contractor of distribution limits and safeguarding requirements.
Additional Links: See Solicitation N0010426QJB24