Opportunity

SAM #N00104-26-Q-LB41

Repair Services for U.S. Navy Electro-Mechanical Actuator (NSN 4810-01-305-0054)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

April 15, 2026

Respond By

April 30, 2026

Identifier

N00104-26-Q-LB41

NAICS

332911, 811210, 336419, 811213

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for an Electro-Mechanical Actuator used by the U.S. Navy. - Government Buyer: - U.S. Navy, NAVSUP Weapon Systems Support, Mechanicsburg, PA - OEMs and Vendors: - OEM identified by Cage Code 63600 (exact name not specified) - Only authorized distributors of the OEM are eligible; repairs must be performed by the OEM or its authorized agents - Products/Services Requested: - Repair of ACTUATOR, ELECTRO-ME (NSN 4810-01-305-0054, Reference Number 14100/2-865-100GV06) - Quantity: 1 unit - Services include teardown, evaluation, repair, and/or modification - Unique or Notable Requirements: - Repair Turnaround Time (RTAT) of 180 days from asset receipt to government acceptance - Accelerated delivery is encouraged; price reductions apply for late repairs - Government Source Inspection required - Compliance with MIL-STD-129 (marking) and MIL-STD 2073 (packaging) - Item must be mercury-free and suitable for submarine and surface ship use - Commercial Asset Visibility reporting and strict quality assurance, configuration management, and cybersecurity requirements - Delivery to DLA Distribution New Cumberland Facility, PA

Description

Contact Information Location: 4 Code: N713.23 GLM: 7712290566 Email: cody.s.smith26.civ@us.navy.mil Item Unique Identification and Valuation (Jan 2023) 19 Inspection of Supplies--Fixed-Price (Aug 1996) 2 Wide Area Workflow Payment Instructions (Jan 2023) 16 Combo Invoice and Receiving See Schedule Additional Information Navigation: TBD Number: N00104 Other: TBD See Schedule: See Schedule Notes: TBD Special Contract Clauses and Certifications Navy Use of AbilityOne Support Contractor - Release of Offeror Information (3-18) Mandatory Use of Workflow Proposal (WFP) MOD Assist Module Buy American-Foreign 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) Buy American-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) 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). Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. All freight is FOB Origin. 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. The Government seeks a Repair Turnaround Time (RTAT) of 180 Days. Government Source Inspection (GSI) is required. Freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Important Note: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. Excusable delays (e.g., Government Delay) will not result in a price reduction. If a price reduction is due to unexcusable contractor delay, the Contracting Officer will implement it via a "reconciliation modification" at the end of the contract performance. Price reductions shall not limit other remedies, including termination for default. The contractor provides the following price reduction amount per unit per month of RTAT non-compliance: $_______, up to a maximum of: $___. Quote Submission Requirements Quote Amount and RTAT Unit Price: ____ Total Price: ____ RTAT: ____ days If not quoting the Government's required RTAT or earlier, provide your company's capacity constraints: ____________________________________________________________ _________________________________________________________ _________________________________________________________ RTAT Measurement and Reporting The contractual delivery requirement is measured from asset return to asset acceptance. Return is defined as physical receipt of the asset at the contractor’s facility, reflected in the Action Date in the Commercial Asset Visibility (CAV) system. The contractor must report all transactions by the end of the fifth business day after receipt, with the Action Date reflecting the actual receipt date. Final inspection and acceptance by the Government must occur within the established RTATs. Additional Information Return Material Authorization (RMA) number, if applicable: ____ Delivery Vehicle (if applicable): ____ Testing and Evaluation (T&E) fee/price if asset is determined BR/BER: ____ AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: ____ Inspection & Acceptance CAGE: ____ Facility/Subcontractor CAGE: ____ Repair Price Comparison New unit price: ____ New unit delivery lead-time: _______ Scope Scope: This contract/purchase order contains requirements for repair and quality standards for the ACTUATOR, ELECTRO-ME. Applicable Documents The following documents form part of this contract, including modifications: Mil-Std-129 Requirements Cage Code/Reference Number Items: The ACTUATOR, ELECTRO-ME repaired shall meet operational and functional requirements as per Cage Code(s) and reference numbers listed below. All repair work shall follow the contractor’s standards, manuals, and directives, including drawings, technical orders, and approved repair standards. Marking: The item shall be identified in accordance with MIL-STD-129. Design Changes, Material, or Part Number: Changes require notification and approval from NAVICP-MECH Contracting Officer, with detailed explanations and drawings. Changes are categorized by codes (1-6) indicating the nature of the change. Mercury-Free Requirement: Materials shall contain no metallic mercury unless approved in writing. Mercury contamination is prohibited and procedures for testing and handling are specified. Distributors: Must send items to OEM for repairs. Quality Assurance Inspection Responsibility: The contractor is responsible for all inspection requirements unless specified otherwise. The government may perform inspections as needed. Inspection/Testing of Repaired Items: All inspections and tests shall follow original manufacturer specifications and drawings. Records: Complete inspection records shall be maintained and available for 365 days after final delivery. Packaging Preservation, packaging, packing, and marking shall follow the schedule and MIL-STD-2073 standards. Notes Ordering Information: Obtain documents from DODSSP or other specified sources. Cancelled documents are available upon request. Distributors/Offerors: Must provide proof of authorization from the manufacturer to be considered for award. Distribution Statements: All documents must include a statement indicating distribution limits, as per OPNAVINST 5510.1, with codes A through X indicating different levels of authorized distribution.

View original listing