Opportunity

SAM #N0010426QSA50

Repair Services for Centrifugal Pump (OEM CAGE 10941) for NAVSUP WSS Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 04, 2026

Respond By

November 05, 2025

Identifier

N0010426QSA50

NAICS

333914, 811310

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a centrifugal pump used by the Department of the Navy. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy) - OEMs and Vendors: - OEM identified by CAGE code 10941 (manufacturer of the centrifugal pump) - Only authorized distributors of the OEM are eligible; proof of authorization required - Products/Services Requested: - Repair service for centrifugal pump - Part number: 999-246B-0-05 REV E - CAGE code: 10941 - Must meet operational and functional requirements per OEM standards - Unique/Notable Requirements: - Repair Turnaround Time (RTAT) of 194 days from asset return to acceptance - Government Source Inspection (GSI) required - MIL-STD-130 marking and MIL-STD 2073 packaging required - Option for increased quantity - Price reductions for late delivery; accelerated delivery encouraged - All freight is FOB Origin - Only authorized distributors of the original manufacturer’s item will be considered for award

Description

CONTACT INFORMATION 4 N7M3.5 HFB 771-229-0387 WILLIAM.G.BIGGS4.CIV@US.NAVY.MIL ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 INSPECTION AND ACCEPTANCE OF SUPPLIES 26 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 COMBO N/A TO BE DETERMINED (TBD) N00104 TBD TBD SEE SCHEDULE TBD TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 WSS BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 OPTION FOR INCREASED QUANTITY (MAR 1989) 1 365 DAYS ARO ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025) 13 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 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004) 13 333996 1250 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008) 2 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: 194 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:____ Repair Turnaround Time (RTAT): ____ days If your company is not quoting the Government's Required Repair Turnaround Time 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 RTAT established in this contract. 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): 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 IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:____ New unit delivery lead-time:____ 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. 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: $______. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the PUMP, CENTRIFUGAL. 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

View original listing