Opportunity

SAM #N0038326RHA50

Repair and Modification Services for DHA Control Display Units (Elbit America Inc.)

Buyer

NAVSUP WEAPON SYSTEMS SUPPORT

Posted

April 03, 2026

Respond By

May 04, 2026

Identifier

N0038326RHA50

NAICS

333998, 811219, 811210, 336419

NAVSUP Weapon Systems Support Philadelphia, under the Department of the Navy, is seeking specialized repair and modification services for DHA Control Display units. - Government Buyer: - NAVSUP Weapon Systems Support Philadelphia (Department of the Navy, Department of Defense) - OEM Highlight: - Elbit America Inc. is the specified Original Equipment Manufacturer (OEM) - Products/Services Requested: - Repair, upgrade, testing, inspection, and modification of DHA Control Display units - Part number: 7025 016236458 - Services must return units to Ready For Issue (RFI) condition per OEM drawings and technical publications - Notable Requirements: - All work must be performed at Elbit America Inc.'s facility in Fort Worth, TX - Contractor must provide all labor, materials, parts, and equipment - Compliance with ISO 9001/SAE AS9100 quality standards is mandatory - Use of MIL-W-81381 wire is prohibited; SAE-AS22759 series wire is required - Strict adherence to configuration management, quality assurance, and MIL-STD 2073 packaging - Proper warehouse environment for storage is required - Place of Performance and Delivery: - Work performed at Elbit America Inc., Fort Worth, TX - Contracting office located at NAVSUP Weapon Systems Support Philadelphia, PA

Description

Item Unique Identification and Valuation (Jan 2023) Inspection of Supplies--Fixed-Price (Aug 1996) - 2 Higher-Level Contract Quality Requirement - 8 (x) Stop-Work Order (Aug 1989) - 1 Wide Area Workflow Payment Instructions (Jan 2023) - 16 (tbd) Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) - 1 Firm Fixed Price Repair Purchase Orders - 1 Mandatory Use of Workflow Pro (WFP) Mod Assist Module - 1 Value Engineering (Jun 2020) - 3 Integrity of Unit Prices (Nov 2021) - 1 Equal Opportunity for Veterans (Dev 2026-O0040)(Feb 2026) - 4 Safeguarding Sensitive Conventional Arms, Ammunition, and Explosives (Nov 2023) - 9 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 Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(Feb 2026) - 7 Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (Feb 2024) - 5 Buy American--Balance of Payments Program Certificate-Basic (Feb 2024) - 1 Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(Feb 2026) - 13 Royalty Information (Apr 1984) - 1 Type of Contract (Dev 2026-O0045)(Mar 2026) - 1 (FFP) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (Apr 2008) - 2 (X) Only One Offer (Deviation 2026-O0048)(Mar 2026) - 1 1. Scope 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. Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as required by IPC/EIAJ-STD-001C paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 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 2.0 Definitions Contractor: Defined as the successful offeror awarded a contract, order or issued a project work order. The term "contract" encompasses a contract, an order, or a project work order. Overhaul: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which have been found to exceed limits established by the repair/overhaul manual), reassembled and tested in accordance with the approved repair/overhaul manual listed in this SOW and returned to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled). Repair: A repaired part is one which has been restored to a Ready for Issue (RFI) condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and tested in accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired). 3.3 3.0 Scope General: The items to be furnished hereunder shall be overhauled, upgraded, repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided Government Furnished Property, including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and shall be the responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items. Repair Upgrade Requirements: The contractor shall provide the necessary facility, labor, materials, parts, and test and tooling equipment required to return the following items to a Ready For Issue (RFI) condition: DHA, CONTROL DISPLAY; 88221B-02; P/N: 7025 016236458; NSN; IAW OEM drawings; Tech Publications RFI Definition: RFI is defined as that condition allowing the items to perform properly and reliably in an operational environment in a manner they were intended to operate. The contractor must perform all repairs/upgrades at the facility identified within this SOW. Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s). 3.4 Configuration Management and Repair Procedures Changes to manuals, drawings, or specifications require Procuring Contracting Officer (PCO) approval. Unauthorized repairs or changes are at the contractor's risk. Repair source or facility changes require prior written approval. The 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. Contractor must obtain DCMA concurrence and PCO instructions before proceeding. Missing on Induction (MOI): Items missing Shop Replaceable Assemblies (SRAs) require DCMA verification and instructions before repair. Replacing Failed or Missing SRAs: Contractor must obtain DCMA verification and follow procedures for replacement. Over and Above Repair (OAR): Repairs beyond normal scope may require equitable adjustment and DCMA concurrence. 3.5 Parts and Materials Contractor responsible for supplying parts/materials unless Government Furnished Material (GFM). All parts/materials must comply with latest drawings/specifications and be new per FAR 52.211-5 unless approved otherwise. Contractor must maintain access to updated drawings/specifications and obtain Government approval for changes. Purchased parts/materials must be controlled and inspected to assure compliance. 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. DHA, CONTROL DISPLAY; ELBIT AMERICA INC; 4700 Marine Creek Pkwy, P O Box 136969, Fort Worth, TX 76136-6969; Cage Code: 0WEC9 Inspection will be accomplished on the contractor's equipment. 3.7 Contractor Quality Requirements Establish and maintain a quality system conforming to ISO 9001/SAE AS9100. Maintain a calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1 or equivalent. 3.8 Configuration Management (CM) Maintain a configuration management plan per NAVSUP WSS clause NAVICPIA18. 3.9 Markings Markings as indicated in the contract when applicable. 3.10 Storage Provide proper enclosed warehouse environment for material items awaiting repair and repaired assets awaiting shipment to prevent damage. 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 N0038326RHA50

View original listing