Opportunity

SAM #N0010426QUB11

Repair and Modification of Hydraulic Pumping Unit for NAVSUP WSS Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

April 03, 2026

Respond By

May 04, 2026

Identifier

N0010426QUB11

NAICS

333914, 811310

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair and modification services for a hydraulic pumping unit. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy, Department of Defense) - OEMs and Vendors: - OEM referenced by Cage Code 00724 - Products/Services Requested: - Hydraulic Pumping Unit (Part Number: 7020636-001) - Repair and modification services for the hydraulic pumping unit - Requirements: - MIL-STD packaging - Government source inspection - Compliance with Item Unique Identification (IUID) requirements - Only authorized repair sources may respond - Contractor must provide throughput constraints for each NSN - Repair turnaround time (RTAT) is required; price reductions for late delivery - Firm-fixed price contract - Adherence to quality assurance and marking standards - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA - Period of Performance: - RTAT required; induction expiration date is 365 days after contract award - Contractor to provide delivery schedule and throughput constraints

Description

Contact Information Location: N711.7 BH1 Phone: (717) 605-6811 Email: leo.t.dougherty3.civ@us.navy.mil

Document References Item Unique Identification and Valuation (JAN 2023) Inspection of Supplies--Fixed-Price (AUG 1996) Inspection and Acceptance - Short Version Wide Area Workflow Payment Instructions (JAN 2023) - Invoice & Receiving Report, N00104 Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Mandatory Use of Workflow Pro (WFP) Mod Assist Module Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) Notice of Cybersecurity Maturity Model Certification Level Requirements (NOV 2025) Small Business Subcontracting Plan (DOD Contracts)-Basic (DEV 2026-O0037)(FEB 2026) Contractor Purchasing System Administration-Basic (Deviation 2026-O0015) Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) List of Solicitation Attachments Small Business Program Representations (DEV 2026-O0037)(FEB 2026) Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) Buy American-Balance of Payments Program Certificate-Basic (FEB 2024) Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(FEB 2026) Certification Regarding Knowledge of Child Labor for Listed End Products (FEB 2021) Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APRIL 2008)

Solicitation Details This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF).

A. Electronic Submission Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via email directed to leo.t.dougherty3.civ@us.navy.mil.

B. General Requirements MIL-STD Packaging Government Source Inspection FOB Source CAV Reporting

C. RFQ Purpose This RFQ is for REPAIR. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding.

D. Pricing Only a firm-fixed price (FFP), not-to-exceed (NTE), or estimated (EST) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s).

E. IUID Requirements Must adhere to IUID requirements of DFARS 252.211-7003.

F. Authorized Repair Source The ultimate awardee must be an authorized repair source. Award will not be delayed while an unauthorized source seeks authorization.

G. Repair Turnaround Time (RTAT) The Government requests a Repair Turnaround Time (RTAT) of: ______ days after receipt of asset. 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 by the end of the fifth regular business day after receipt, with the Action Date reflecting the actual physical receipt date. Final inspection and acceptance by the Government must occur within the RTAT. Freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25.

Throughput Constraint Contractor must provide a throughput constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences: _____ / month (contractor to fill in number). A throughput of "0" means no constraint.

Induction Expiration Date 365 days after contract award date. Assets received after this date are not authorized for repair without bilateral agreement.

H. Important Note: Reconciliation Price Reduction Any asset(s) for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month late. Excusable delays (e.g., Government Delay) will not result in reduction. The Contracting Officer will implement price reductions via a "Reconciliation Modification" at contract end. Price reductions do not limit other Government remedies, including termination for default. Contractor to provide price reduction amount per unit/per month: $________, up to a maximum of $_______.

I. Quote Requirements Your quote MUST include the following for justification: Repair unit price: _____________ Total price: __________ Repair Turnaround Time (RTAT): __________ days New unit price: _____________ Note: If not quoting the Government's requested RTAT or sooner, provide your company's capacity constraints below: _____________________________________________________________________ _____________________________________________________________________ T&E fee/price (if asset is determined BR/BER): If an item is determined Beyond Repair (BR), and documentation of incurred costs is provided, the contracting officer will negotiate a reduced contract price, not-to-exceed (NTE) $_____. The T&E fee was determined based on: ______________________________________________________ Award to CAGE: __ Inspection & Acceptance CAGE (if different): __ Facility/Subcontractor CAGE (shipping to), if different: __ Facility/Subcontractor or Packaging Facility CAGE (shipping from), if different: __ Cost breakdown requested, including profit rate (if feasible). Quote expiration date: ____________________ (minimum 90 days requested). Delivery Vehicle (if Delivery Order requested, e.g., current BOA/IDIQ).

1. Scope This contract/purchase order contains requirements for repair and quality for the PUMPING UNIT, HYDRAU.

2. Applicable Documents Documents listed form part of this contract/purchase order including modifications or exclusions. Document references must be obtained by the Contractor. Ordering information is attached.

3. Requirements 3.1 Cage Code/Reference Number Items The PUMPING UNIT, HYDRAU repaired shall meet operational and functional requirements as represented by the Cage Code(s) and reference number(s) below. Repair work shall follow contractor's repair/overhaul standards, manuals, directives, drawings, technical orders, tooling instructions, approved repair standards, and other approved documents. CAGE: 00724 Reference No.: 7020636-001

3.2 Marking Item shall be physically identified per MIL-STD-130, REV N, 16 NOV 2012.

3.3 Changes in Design, Material Servicing, or Part Number Except for Code 1 changes (part number change only), no substitutions shall be made without written approval from NAVICP-MECH Contracting Officer. For substitutions, provide drawing and explanation. Shop drawings acceptable if finished drawings unavailable. Code definitions: Code 1: Part number change only; parts identical. Code 2: Assembly (or set/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 replaces old; old cannot replace new. Code 6: Part redesigned; parts not interchangeable.

4. Quality Assurance 4.1 Responsibility for Inspection Contractor responsible for all inspection requirements unless otherwise specified. Contractor may use own or other suitable facilities unless disapproved. Government reserves right to perform inspections as needed.

4.2 Responsibility for Compliance All items must meet contract requirements. Inspection requirements are part of Contractor's quality program. Sampling does not authorize submission of defective material.

4.3 Records Inspection records must be kept complete and available during contract performance and for 365 days after final delivery.

4.4 Inspection/Testing Repaired Items Contractor shall perform all inspection and testing per original manufacturer's specifications and drawings.

5. Packaging 5.1 Preservation, Packaging, Packing and Marking Shall comply with Contract/Purchase Order Schedule and MIL-STD 2073 packaging requirements.

6. Notes 6.1 Ordering Information for Document References The Department of Defense Single Stock Point (DODSSP) website (http://www.dsp.dla.mil/) provides product information for DOD specifications and standards. Most specifications can be obtained from http://quicksearch.dla.mil/. Cancelled documents available in paper format via Subscription Services Desk. Commercial specifications and standards obtained from publishers. Ordnance Standards and NAVORD OSTD 600 pages available from Commander, Indian Head Division, Naval Surface Warfare Center, Code 8410P, 101 Strauss Avenue, Indian Head, MD 20640-5035. Requests for "Official Use Only" and "NOFORN" documents must be submitted via Defense Contract Management Command or PCO as appropriate. NOFORN Military Specifications and Standards ordered from Contracting Officer, NAVSUP-WSS, Code 87321, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Nuclear Reactor Publications ordered from Commanding Officer, NAVSUP-WSS, Code 009, same address. Technical Manuals ordered from Commanding Officer, NAVSUP-WSS, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications obtained by submitting DD Form 1425 to NAVSUP-WSS.

6.2 Distribution Statements Per OPNAVINST 5510.1, all documents and drawings provided to prospective contractors must include a distribution statement indicating limits and safeguarding requirements. Distribution 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.

6.3 Notice to Distributors/Offerors Consideration for award shall be given only to authorized distributors of the original manufacturer's item. Proof of authorization must be provided on company letterhead signed by a responsible official and sent with your offer to the Procurement Contracting Officer.

Additional Links: See Solicitation N0010426QUB11

View original listing