Opportunity

SAM #N0010426QLB50

U.S. Navy Solicitation for Repair of Valve, Diaphragm Control (250 Units)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

April 22, 2026

Respond By

May 12, 2026

Identifier

N0010426QLB50

NAICS

332911, 811310

NAVSUP Weapon Systems Support Mechanicsburg is soliciting repair services for a Valve, Diaphragm Control used by the U.S. Navy: - Government Buyer: - U.S. Navy, NAVSUP Weapon Systems Support, Mechanicsburg, PA - Products/Services Requested: - Repair, teardown, evaluation, and/or modification of Valve, Diaphragm Control (NSN 4820-01-106-2131) - Quantity: 250 units - Includes packaging per MIL-STD-2073, marking, and reporting per military standards - OEMs and Vendors: - No specific OEM or vendor is named in the solicitation - Unique/Notable Requirements: - Mandatory Repair Turnaround Time (RTAT) of 234 days from asset return to acceptance - Government Source Inspection (GSI) required - Accelerated delivery is encouraged and accepted before scheduled dates - Compliance with cybersecurity and quality assurance standards - Reporting in the Commercial Asset Visibility (CAV) system - Option for increased quantities within the contract period - Testing and evaluation fees may apply if the asset is determined beyond repair - All freight is FOB Origin, handled by Navy CAV or Proxy CAV - Place of Performance and Delivery: - NAVSUP Weapon Systems Support, Mechanicsburg, PA (contracting office) - DLA Distribution, DDSP New Cumberland Facility, New Cumberland, PA (delivery location)

Description

CONTACT INFORMATION|4|N713.26|GLF|(771) 229-1473|JOSEPH.D.WEAVER22.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 & RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE|1|| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025))|1|| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026))|2||| CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015)|1|| 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|||||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 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 is seeking a Repair Turnaround Time (RTAT) of: 234 Days Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Your quote should include the following information: QUOTE AMOUNT AND RTAT Check one: Firm-fixed-Price ___ Estimated ___ NTE  Unit Price:____ Total Price:____ Repair Turnaround Time (RTAT): ____ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? ______________________________________________________________ ___________________________________________________________ ___________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, 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. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Return Material Authorization # (RMA), if applicable:____ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :____________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $_____associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: ____ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": ____ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":____ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:____ New unit delivery lead-time:____ 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 - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $____, up to a maximum of: $___. The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. Yes___ No____ 

View original listing