Opportunity
SAM #N00104-26-Q-LB58
Repair Services for Navy Circuit Card Assembly (NSN 5998-01-691-3817)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
April 27, 2026
Respond By
May 08, 2026
Identifier
N00104-26-Q-LB58
NAICS
334412, 811219, 811210, 811213
NAVSUP Weapon Systems Support Mechanicsburg is soliciting repair services for a Circuit Card Assembly used by the U.S. Navy. - Government Buyer: - U.S. Navy, NAVSUP Weapon Systems Support, Mechanicsburg, PA - Products/Services Requested: - Repair services for Circuit Card Assembly (NSN 5998-01-691-3817) - Includes teardown, evaluation, repair, and/or modification - Quantity: 1 unit - Packaging per MIL-STD-2073 and marking per MIL-STD-130 - Government Source Inspection required - Compliance with Commercial Asset Visibility (CAV) reporting and cybersecurity standards - Firm fixed price contract - Unique/Notable Requirements: - Repair Turnaround Time (RTAT) of 78 days from asset receipt to acceptance - Strict quality assurance, packaging, and marking standards - Price reductions for late delivery unless delays are excusable - Testing and evaluation fees may apply if the asset is beyond repair - Delivery and Performance Locations: - Contracting office: NAVSUP Weapon Systems Support, Mechanicsburg, PA - Delivery location: DLA Distribution, DDSP New Cumberland Facility, New Cumberland, PA - No specific OEMs or vendors are named in the solicitation.
Description
CONTACT INFORMATION|4|N713.33|HQ0|(771) 229-0386|ASHLEY.H.BETLOCK..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 PREPARDENESS, AND ENERGY PROGAM USE (APRIL 2008))|2||X| ** CASREP ** ACCELERATED DELIVERY IS ENCOURAGED AND ACCEPTED AT NO ADDITIONAL COST TO GOVERNMENT. 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: 78 DAYS Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work. Your quote should include the following information: ************QUOTE AMOUNT AND RTAT ********* Unit Price:_______ Total Price:______ Check one: Firm-fixed-Price __ Estimated ___ Not-to Exceed (NTE): Return Material Authorization # (RMA), if applicable:____ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :____________ Repair Turnaround Time (RTAT): ____ days<br /> If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints:<br /> ______________________________________________________________ ___________________________________________________________ ___________________________________________________________ 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. 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 inexcusable 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: $______. *********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.<br /> 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:______