Opportunity
SAM #N0010426QUB12
Repair and Modification of Circuit Card Assembly for NAVSUP Weapon Systems Support Mechanicsburg
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
April 03, 2026
Respond By
May 04, 2026
Identifier
N0010426QUB12
NAICS
334412, 811219, 811210
This opportunity involves the repair and modification of a Circuit Card Assembly for the Department of the Navy's NAVSUP Weapon Systems Support Mechanicsburg. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - CAGE code 00724 (OEM for the Circuit Card Assembly) - Products/Services Requested: - Repair and modification of Circuit Card Assembly - Part number: 7017826-005 - Quantity: Not specified - Unique or Notable Requirements: - Only authorized repair sources may perform the work - Compliance with MIL-STD packaging, government source inspection, and CAV reporting is required - IUID marking per DFARS 252.211-7003 must be provided - Firm-fixed price repair quotes only; no new supply - Required Repair Turnaround Time (RTAT) and throughput constraints - Price reductions apply for late delivery - Quality assurance and compliance with military standards and documentation are mandatory
Description
Contact Information Location: N711.7 BH1 Phone: (717) 605-6811 Email: leo.t.dougherty3.civ@us.navy.mil
Document List 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). Electronic Submission: All quotes, representations, and necessary certifications must be emailed to leo.t.dougherty3.civ@us.navy.mil. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. RFQ Purpose: Repair. Award will be bilateral, requiring contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN before responding. Pricing: Only firm-fixed (FFP), not-to-exceed (NTE), or estimated (EST) prices for repair will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. Price must be for repair of the item(s). IUID Requirements: Must adhere to DFARS 252.211-7003. Authorized Repair Source: Awardee must be authorized repair source. Award will not be delayed for authorization. Repair Turnaround Time (RTAT): Requested RTAT is ______ days after receipt of asset. Definition: Delivery requirement measured from asset return to acceptance date. Return is physical receipt of F-condition asset at contractor's facility as per CAV system. Contractor must report transactions within five business days. Final inspection and acceptance must occur within RTAT. Freight: Handled by Navy CAV or Proxy CAV as per NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: Contractor must provide throughput constraint per NSN(s). Total assets repaired monthly after initial delivery: _____ / month (fill in number). Zero means no constraint. Induction Expiration Date: 365 days after contract award. Assets received after this require bilateral agreement. Important Note - Reconciliation Price Reduction: Late RTAT incurs price reduction per unit/per month, except excusable delays (e.g., Government delay). Price reduction implemented via "Reconciliation Modification" at contract end. Does not limit other remedies including termination for default. Price reduction amount per unit/per month: $________, max: $_______ (vendor to fill in). Quote Must Include: Repair unit price Total price Repair Turnaround Time (RTAT) in days New unit price If not quoting requested RTAT, provide capacity constraints T&E fee/price if asset is determined BR/BER, with documentation T&E fee basis Award to CAGE Inspection & Acceptance CAGE (if different) Facility/Subcontractor CAGE for shipping and receiving (if different) Cost breakdown including profit rate (if feasible) Quote expiration date (minimum 90 days requested) Delivery vehicle details (if delivery order requested)
Scope This contract/purchase order covers repair and quality requirements for the CIRCUIT CARD ASSEMB.
Applicable Documents Documents listed form part of this contract/purchase order including modifications or exclusions. Contractor must obtain "Document References" as attached.
Requirements Cage Code/Reference Number Items: CIRCUIT CARD ASSEMB repaired must meet operational and functional requirements per Cage Code(s) and reference number(s) below. Repair work must follow contractor's repair/overhaul standards, manuals, directives, drawings, technical orders, tooling instructions, approved repair standards, and other approved documents. CAGEReference Number 007247017826-005
Marking: Item shall be physically identified per MIL-STD-130, REV N, 16 NOV 2012.
Changes in Design, Material Servicing, or Part Number: Except Code 1 changes, no substitutions without written approval from NAVICP-MECH Contracting Officer. Substitutions require drawings and explanation. Code statements for changes are: 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.
Quality Assurance Responsibility for Inspection: Contractor responsible for all inspections unless otherwise specified. May use own or other suitable facilities unless disapproved. 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: Contractor must keep inspection records complete and available during contract and for 365 days after final delivery. Inspection/Testing Repaired Items: Contractor shall perform all inspections and tests per original manufacturer's specifications and drawings.
Packaging Preservation, packaging, packing, and marking shall follow contract schedule and MIL-STD 2073 as applicable.
Notes Ordering Information for Document References: Department of Defense Single Stock Point (DODSSP) website: http://www.dsp.dla.mil/. Most specifications available at http://quicksearch.dla.mil/. Availability of Cancelled Documents: Available in paper format via Subscription Services Desk. Commercial Specifications: Obtain from publishers of applicable societies. Ordnance Standards and NAVORD OSTD 600 Pages: Request from Commander, Indian Head Division, Naval Surface Warfare Center, Code 8410P, 101 Strauss Avenue, Indian Head, MD 20640-5035. Post-Award Actions: Requests for "Official Use Only" and "NOFORN" documents must identify Government Contract Number and be submitted via Defense Contract Management Command (DCMC) or PCO for certification. NOFORN Military Specifications and Standards: Order from Contracting Officer, NAVSUP-WSS, Code 87321, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Nuclear Reactor Publications: Order from Commanding Officer, NAVSUP-WSS, Code 009, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Technical Manuals: Order from Commanding Officer, NAVSUP-WSS, Code 1 Support Branch, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Interim Changes and Classified Specifications: Submit request on DD Form 1425 to NAVSUP-WSS. Distribution Statements: Per OPNAVINST 5510.1, documents must include distribution statement codes A through X with defined distribution limits. Notice to Distributors/Offerors: Only authorized distributors of original manufacturer's item will be considered. Proof of authorization must be provided on company letterhead signed by responsible official.
Additional Links: See Solicitation N0010426QUB12