Opportunity
SAM #N0010426QYA8B
Repair of Electric Boat Single Board Computer for Navy Vessels
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
April 06, 2026
Respond By
May 04, 2026
Identifier
N0010426QYA8B
NAICS
334111, 811219, 811210
This opportunity from NAVSUP Weapon Systems Support Mechanicsburg seeks repair services for a specialized Single Board Computer used in Navy vessels. - Government Buyer: - Department of Defense - Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg - OEM Highlight: - Electric Boat Corporation (CAGE Code: 96169) is the specified Original Equipment Manufacturer - Products/Services Requested: - Repair of Single Board Computer - NSN: 7HH 7021 016785873 - Reference Number: EB-5356-V2 - Intended for submarine or surface ship use - Must be mercury-free unless otherwise approved - Notable Requirements: - Repairs must meet OEM operational and functional standards - Compliance with Navy and DoD standards (e.g., MIL-STD-2073-1E for packaging, MIL-STD-130 for marking) - Early or partial delivery is authorized and preferred - Commercial Asset Visibility (CAV) reporting and web-based Statement of Work (SOW) requirements apply - Only authorized distributors of the OEM will be considered; proof of authorization required with offer
Description
Contact Information Code: 4 Location: N741.5 7SE Phone: 771-229-0395 Email: james.b.burnett1.civ@us.navy.mil
Item Unique Identification and Valuation (JAN 2023) Clause Number: 19
Inspection of Supplies--Fixed-Price (AUG 1996) Clause Number: 2
Wide Area Workflow Payment Instructions (JAN 2023) Clause Number: 16 Type: COMBO - Invoice and Receiving Report Status: Not Applicable Codes: N62797, N00104, N62789 (twice) Repair Depot CAGE Code: 96169 Additional Code: 0001AA: W25G1U / 0001AB: W62G2T
Note for Contractor/Administrative Contracting Officer Clause Number: 3
Monetary Limitation Repair Purchase Orders Clause Number: 1 Amount: $24,020.00
Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Clause Number: 1
Mandatory Use of Workflow PRO (WFP) MOD Assist Module Clause Number: 1
Buy American-Free Trade Agreements-Balance of Payments Program-Basic (FEB 2024) Clause Number: 11
Notice of Cybersecurity Maturity Model Certification Level Requirements (NOV 2025) Clause Number: 1
Small Business Subcontracting Plan (DOD Contracts)-Basic (DEV 2026-O0037)(FEB 2026) Clause Number: 2
Contractor Purchasing System Administration-Basic (Deviation 2026-O0015) Clause Number: 1
Security Prohibitions and Exclusions (Class Deviation 2026-O0025)(FEB 2026) Clause Number: 7
Buy American-Free Trade Agreements-Balance of Payments Program Certificate-Basic (FEB 2024) Clause Number: 5
Buy American-Balance of Payments Program Certificate-Basic (FEB 2024) Clause Number: 1
Alternate A, Annual Representations and Certifications (Deviation 2026-O0043)(FEB 2026) Clause Number: 13
Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APRIL 2008) Clause Number: 2 Priority Code: X
Repair Quote Request Request repair quote on a Not-To-Exceed (estimated) or Firm-Fixed unit price basis. Please include applicable Return to Manufacturer Authorization (RMA) number, repair facility, and packaging house (MIL-STD-2073-1E w/CHANGE 4, 22 April 2019, applies). Repair depot CAGE Code: 96169 applies for subject NSN.
Contact Information for Repair Electric Boat Corporation (CAGE Code: 96169) POC: Anne-Marie Luce, Industrial Sales Phone: 860-433-2570 Email: aluce@gdeb.com POC: Dan Dimauro, Industrial Sales Phone: 860-433-3274 Email: ddimauro@gdeb.com
Item Details NSN: 7HH 7021 016785873 Item: SINGLE BOARD COMP Reference No: EB-5356-V2
Note: Early/Partial Delivery is Authorized and Desired. Note: CAV Reporting under NAVSUPWSSFA24 COMMERCIAL ASSET VISIBILITY (CAV) REPORTING (08-23) is incorporated. Note: WEB-BASED COMMERCIAL ASSET VISIBILITY STATEMENT OF WORK NAVSUP WSS MECHANICSBURG/PHILADELPHIA VERSION 8.5, Effective FY25 applies. More Information Note: WSSTERMFZ10, REDISTRIBUTION ORDER/READY FOR ISSUE - NAVSUPWSS T (09-23) is incorporated. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997). Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution.
1. Scope 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the SINGLE BOARD COMP.
2. Applicable Documents 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
3. Requirements 3.1 Cage Code/Reference Number Items - The SINGLE BOARD COMP repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractor's repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGERef. No. 96169EB-5356-V2
3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012.
3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable.
3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum). Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere.
4. Quality Assurance 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, nor does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings.
5. Packaging 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 Packaging applies as found elsewhere in the schedule.
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 the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e. Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can be obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS.
6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to prospective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is 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 is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
Additional Links: See Solicitation N0010426QYA8B