Opportunity

SAM #N0038326RSA58

Mechanical Actuator Repair and Modification for NAVSUP Weapon Systems Support

Buyer

NAVSUP WEAPON SYSTEMS SUPPORT

Posted

May 02, 2026

Respond By

June 01, 2026

Identifier

N0038326RSA58

NAICS

336413, 333995

NAVSUP Weapon Systems Support Philadelphia is seeking specialized repair and modification services for a mechanical actuator used in Navy systems. - Government Buyer: - NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia, Department of the Navy - OEMs and Vendors: - Triumph Gear Systems, Inc. (potential repair source) - Products/Services Requested: - Mechanical actuator (P/N 42555-401, NSN 1680-01-598-8197 V2) - Services include repair, overhaul, upgrade, testing, and inspection to Ready for Issue (RFI) condition - Contractor must supply all parts, materials, labor, and test equipment - Unique/Notable Requirements: - Compliance with ISO 9001/SAE AS9100 quality management standards - Government source approval required prior to award - Prohibition on MIL-W-81381 wire; SAE-AS22759 series wire must be used - Strict configuration management and quality assurance provisions - Place of Performance: - Work to be performed at Triumph Gear Systems, Inc. facility in Park City, Utah - Contracting office located at NAVSUP WSS Philadelphia, Pennsylvania

Description

CONTACT INFORMATION 4 N763.13 P5D 771-229-0534 alainna.m.pettit.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT 8 x INSPECTION AND ACCEPTANCE OF SUPPLIES 26 x x STOP-WORK ORDER (AUG 1989) 1 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 Combo-invoice & receiving report n/a TBD N00383 TBD TBD See schedule 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 VALUE ENGINEERING (JUN 2020) 3 INTEGRITY OF UNIT PRICES (NOV 2021) 1 EQUAL OPPORTUNITY FOR VETERANS (DEV 2026-O0040)(FEB 2026) 4 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003) 6 12 months 45 days after discovery of defect SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (NOV 2023) 9 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026) 4 TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024) 2 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 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 ROYALTY INFORMATION (APR 1984) 1 TYPE OF CONTRACT (DEV 2026-O0045)(MAR 2026) 1 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) 2 ONLY ONE OFFER (DEVIATION 2026-O0048)(MAR 2026) 1 THESE ITEMS REQUIRE GOVERNMENT SOURCE APPROVAL PRIOR TO AWARD. IF YOU ARE NOT AN APPROVED SOURCE, YOU MUST SUBMIT, TOGETHER WITH YOUR PROPOSAL, THE INFORMATION DETAILED IN THE NAVSUP WSS SOURCE APPROVAL BROCHURE WHICH CAN BE OBTAINED ONLINE AT https://www.navsup.navy.mil/public/navsup/wss/business_opps/ UNDER "COMMODITIES." OFFERS RECEIVED WHICH FAIL TO PROVIDE ALL DATA REQUIRED BY THE SOURCE APPROVAL BROCHURE WILL NOT BE CONSIDERED FOR AWARD UNDER THIS SOLICITATION. PLEASE NOTE, IF EVALUATION OF A SOURCE APPROVAL REQUEST SUBMITTED HEREUNDER CANNOT BE PROCESSED IN TIME AND / OR APPROVAL REQUIREMENTS PRECLUDE THE ABILITY TO OBTAIN SUBJECT ITEMS IN TIME TO MEET GOVERNMENT REQUIREMENTS, AWARD OF REQUIREMENT MAY BE CONTINUED BASED ON FLEET SUPPORT NEEDS. 1. SCOPE 1.1 Articles to be furnished hereunder shall be repaired, tested and inspected in accordance with the terms and conditions specified in the Requirements Section of this document. 1.2 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as required by IPC/EIAJ-STD-001C paragraph 5.1.4. 1.5 Markings shall be in accordance with MIL-STD-130. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 1.0 GENERAL 3.1.1 This Statement of Work (SOW) establishes the criteria for repair and testing / inspection of the subject item. It includes inspection, component repair and replacement, reassembly and testing procedures required to return units back into a serviceable condition. 3.2 2.0 DEFINITIONS. 3.2.1 CONTRACTOR: Is defined as the successful offeror awarded a contract, order or issued a project work order. The term "contract" encompasses a contract, an order, or a project work order. 3.2.2 OVERHAUL: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which have been found to exceed limits established by the repair/overhaul manual), reassembled and tested in accordance with the approved repair/overhaul manual listed in this SOW and returned to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled). 3.2.3 REPAIR: A repaired part is one which has been restored to a Ready for Issue (RFI) condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and tested in accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired). 3.3 3.0 SCOPE 3.3.1 GENERAL. The items to be furnished hereunder shall be overhauled, upgraded, repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided, Government Furnished Property, including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and shall be the responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items. 3.3.2 REPAIR UPGRADE REQUIREMENTS: The contractor shall provide the necessary facility, labor, materials, parts, and test and tooling equipment required to return the following items to a Ready For Issue (RFI) condition: ACTUATOR, MECHANICAL; 42555-401; P/N, 7RH 1680-01-598-8197 V2; NSN; Repair in accordance with technical drawings and specifications to meet industry standards; Tech Publications 3.3.3 RFI is defined as that condition allowing the items to perform properly and reliably in an operational environment in a manner they were intended to operate. The contractor must perform all repairs/upgrades at the facility identified within this SOW. Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s). 3.4 Changes to such manuals used for repairs under this contract, or changes to drawings or specifications used in the manufacture of parts utilized in these repairs, require Procuring Contracting Officer (PCO) approval in accordance with the Configuration Management provisions of this Statement of Work or contract. Under no circumstances should the repair, test, and inspection extend beyond the requirements of this paragraph unless authorized by the Government QAR. In addition, requests for approval of changes to a repair source or repair facility shall be submitted in writing to the PCO prior to making any such change. 3.4.1 Any repairs performed using unapproved changes to such manuals, drawings, specifications, or changes to repair source or facility are done at the contractor's own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved manuals, drawing, specification, repair source or repair facility change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Government's disapproval of a requested change to manuals, drawings, specifications, or to a repair source or facility. 3.4.2 References on Drawings and Specifications: For repair and overhaul purposes only. All references to the "prime contractor" or the "actual manufacturer" appearing on the drawings and/or specifications or technical data furnished by the Government shall be read as the "Government Designated Agency". 3.4.3 Process Control Documentation: The contractor shall prepare and maintain repair procedures, and test/inspection information/procedures which shall be made available to the Government for review and approval. The procedures shall include sequential diagrams of processes, as well as the performance specifications to perform the testing/inspection procedures. Those processes shall be frozen after approval of the inspection/test. 3.4.4 Beyond Economical Repair (BER). An item is BER if the cost of the repair exceeds 75% of the production quantity price to replace the item, current at time of award. This replacement price is for the purposes of BER determinations only, and may not be used or relied on by the offeror in the pricing of the repairs required by this contract. Items determined BER are not included in the contract price. The contractor shall obtain written concurrence from DCMA for all units determined by the contractor to be BER. All such determinations, including the basis for the determination, the repair required, the proposed price to repair, and the DCMA written concurrence shall be provided by the contractor to the PCO, with a copy to the inventory manager. After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. The contractor is not authorized to proceed with the repair until notification to proceed is received from the PCO. Any disposal ordered shall be performed by the contractor in accordance with all applicable regulations and in accordance with all DCMA disposal procedures and requirements. 3.4.5 Missing on Induction (MOI). A Weapons Repairable Assembly (WRA) is subject to this MOI provision if the item received by the contractor for repair is missing one or more Shop Replaceable Assemblies (SRAs). Contractor replacement of MOI SRAs is not included in the contract price. The contractor shall immediately notify DCMA when an item is received with MOI SRA(s) and shall obtain written verification from DCMA for all WRAs determined to have MOI SRA(s). The contractor shall provide all such determinations, including identification of the missing SRA(s), and the DCMA written verification, to the Inventory Manager with a copy to the PCO and ACO prior to induction and/or repair of the WRA. The contractor shall not induct and/or repair WRAs with MOI SRAs until instructions on how to proceed are provided to the contractor by the Inventory Manager (where no adjustment price to the contract is required) or by the PCO. Items received by the contractor missing consumable parts are not MOI items. Rather, repair of such items and replacement of the missing consumable parts are included in the contract price and the item shall be inducted and repaired by the contractor under this contract. 3.4.6 Replacing Failed or Missing Shop Replaceable Assembly (SRA) when repairing a Weapons Replaceable Assembly (WRA). 3.4.7 A. When the contractor believes one or more SRA(s) within a WRA are either: 3.4.8 Beyond Economic Repair (BER) or Beyond Repair (BR) i.e., the unit is not capable of being repaired because of the extent of physical damage), or Missing on Induction (MOI), the contractor shall obtain written verification from DCMA and advice from the Inventory Manager whether a SRA may be replaced by one or more of the following options: Ship in place from an existing spares or repair contract, if any, MILSTRIP the SRA(s), otherwise be provided direction for obtaining the SRA(s) at no cost to the contractor. The detailed procedures are set forth in Section 6.0 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK. 3.4.9 B. When not otherwise provided for (or precluded) by other terms of this contract, the contractor may seek written authorization to replace failed SRA(s) with Ready For Issue SRA(s). When authorized, the procedures set forth in paragraph 3.0 of Section 6.2 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK shall be followed. 3.4.10 Over and Above Repair (OAR). An item sent to the contractor shall be considered to require over and above (OAR) repair effort if the repair required is not the type of repair that would be anticipated as a result of normal Navy operation of the item and is not included in the contract pricing due to the nature or scope of the repair needed for that particular item. Therefore, repair of OAR items may be subject to equitable adjustment. The Contractor shall obtain written concurrence from DCMA for all units determined by the contractor to require OAR effort. All such OAR determinations, including the basis for the determination, the repair required, the proposed price to repair, and the DCMA written concurrence, shall be provided by the contractor to the PCO prior to undertaking repair of the item. After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. Any ordered disposal shall be performed by the contractor in accordance with all applicable regulations and DCMA disposal procedures and requirements. 4. PARTS AND MATERIALS 4.1 General. The contractor is responsible for supplying all parts and material necessary to perform the required repairs unless parts or material are specifically identified as Government Furnished Material (GFM). All parts and material used shall be in accordance with the latest approved revision of applicable drawings and specifications and shall be new in accordance with FAR 52.211-5, Material Requirements. Authorization to use other than new material requires written approval from the PCO. Cannibalization must also be approved by the PCO. Cannibalization of units not inducted is not typically authorized and requires specific approval. 4.2 The contractor shall ensure access to updated drawings and specifications for parts and material required for repairs. Any change to such parts/material drawings or specifications requires Government approval in accordance with the Configuration Management provisions of this Statement of Work. Written approval from the PCO must be obtained prior to any change to the manufacturing source or manufacturing facility for all parts which require source approval, unless the contractor is the Design Control Agent (DCA). If the contractor is the DCA, they may approve changes. Repairs using unapproved changes are at the contractor's own risk. If disapproved, the contractor shall replace the items repaired using such unapproved changes. No entitlement to adjustment is granted based on disapproval. 4.3 Purchased Material Control and Parts Control. The contractor shall establish and maintain a control system over purchased parts and materials, ensuring compliance with contract requirements. 4.4 Receiving Inspection of Purchased Parts and Material. Purchased items shall be inspected upon receipt to ensure conformance with requirements. Evidence of inspections shall be maintained for at least twelve months. Inspection reports shall include dimensional data, material, finish, process, certifications, and actual readings. 4.5 Note: Part cannibalization is not authorized unless specifically approved by NAVSUP WSS and the BDE. 4.6 Source and Location of Repair Source. The contractor shall specify the name and location of the source/division performing the work, e.g., Triumph Gear Systems, Inc., 6125 Silver Creek Drive, Park City, Utah 84098-6242. Inspection will be accomplished on the contractor's equipment. 5. CONTRACTOR QUALITY REQUIREMENTS 5.1 Quality Program. The contractor shall establish, implement, document, and maintain a quality system conforming to ISO 9001/SAE AS9100. The system shall detect, correct, and prevent quality issues promptly. 5.2 Calibration System Requirements. The contractor shall maintain a calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1, or an equivalent acceptable to the Government. 6. CONFIGURATION MANAGEMENT (CM) 6.1 The contractor shall maintain a configuration management plan in accordance with NAVSUP WSS clause NAVICPIA18. 7. MARKINGS 7.1 Markings shall comply with the contract when applicable. 8. STORAGE 8.1 The contractor shall provide proper enclosed storage for materials awaiting repair and for repaired assets awaiting shipment, ensuring items are not damaged. The contractor shall maintain a quality control system meeting Mil-I-45208A, Mil-Q-9858, ISO-9000/9001/9002, or equivalent. Responsibility for inspection: The contractor is responsible for all inspection requirements. They may use their own or suitable facilities. The contractor shall prepare and maintain quality control documentation, test, repair, and inspection procedures for review and approval by the Government. The quality assurance plan shall ensure compliance with contractual requirements and be available upon request. Parts control: The contractor shall control purchased materials, ensuring compliance with contract requirements. Inspection of purchased items shall be documented and maintained for at least twelve months. Failure analysis and corrective actions shall be reported to the Government. Nonconforming materials shall be controlled, and disposition procedures shall be established. Internal review: The IRB authority is delegated to the contractor for minor non-conformances. The MRB authority remains with the Government. All items must meet the requirements of this SOW. The Government may select samples for performance testing and quality assessment. Records: The contractor shall maintain records of inspections, repairs, parts replacements, and test data, which shall be available to the Government upon request. 9. PACKAGING 9.1 Packaging shall comply with MIL-STD 2073 as specified elsewhere in the schedule. 10. NOTES 10.1 Not applicable. Additional Links: See Solicitation N0038326RSA58

View original listing