Opportunity

SAM #N0010426QJA88

Repair Services for Navy Radio Frequency Amplifier (Part 100-3032-90)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 04, 2026

Respond By

February 25, 2026

Identifier

N0010426QJA88

NAICS

334412, 811213, 811219

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a specialized radio frequency amplifier used by the Department of the Navy. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - OEM identified by CAGE code 66087 (exact manufacturer name not specified) - Products/Services Requested: - Repair service for AMPLIFIER, RADIO FRE - Part number: 100-3032-90 - CAGE code: 66087 - Full repair (not evaluation-only) - Must meet operational and functional requirements per original manufacturer standards - Government source inspection required - Repair Turnaround Time (RTAT): 220 days from asset receipt to government acceptance - Unique/Notable Requirements: - Compliance with MIL-STD-130 for marking and MIL-STD-2073 for packaging - Only authorized distributors of the original item will be considered - Proof of authorized distributor status required - No alternate part numbers or manufacturers accepted - Government source inspection is mandatory

Description

CONTACT INFORMATION 4 N7M1.9 BUD NA brett.m.hassick.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 || TBD N00104 TBD TBD SEE SCHEDULE SEE SCHEDULE ||| 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 |||||||||||| NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025) 1 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015) 1 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 |||||||||| 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 334419 750 |||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008) 2 || x Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. All freight is FOB Origin. This RFQ is for a 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. NAVSUP does not accept Evaluation Only quotes. Your quoted price must be for the Full Repair. The Government is seeking a Repair Turnaround Time (RTAT) of 220 days. Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or ProxyCAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Please complete and return the following information: Quote Amount & RTAT Unit Price: $______________ Total Price: $__________ Repair Turnaround Time (RTAT): __________ days If your company is not quoting the Government's Repair Turnaround Time (RTAT) or earlier, please provide your company's capacity constraints: __________________________________________________________ _______________________________________________________ _______________________________________________________ Repair Turnaround Time (RTAT): The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. Return is defined as the physical receipt of the "F" condition asset at the contractor's facility as 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, and the Action Date in CAV must 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. Check one: Firm-Fixed-Price ____ Estimated _______ Not-To-Exceed ____ Return Material Authorization # (RMA) (if applicable): ________ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ): ____________ Testing and Evaluation if Beyond Repair or Beyond Economical Repair T&E Fee/Price (if asset is determined BR or BER): If an item is determined BR or BER, and the contractor provides documentation that costs were incurred during evaluation and determination of BR or BER, the Contracting Officer will negotiate a reduced contract price, Not-To-Exceed (NTE) $___________ associated with the repair effort to reflect the BR or BER status of the equipment. The T&E Fee/Price (if asset is determined BR or BER) was determined based on: __________________________. Awardee Info & Performance Location Awardee Cage: _______ Inspection & Acceptance Cage (if not the same as the Awardee Cage): _________ Facility/Subcontractor Cage (where the asset should be shipped), (if not the same as the Awardee Cage): ____ Compare Repair Price to Price to Buy New New Unit Price: $___________ New Unit Delivery Lead-Time: _____________ days Important Note: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month late. Excusable delays (e.g., Government Delay) will not result in a price reduction. If a price reduction is due to unexcusable 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 for RTAT non-compliance: $_______________ 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 AMPLIFIER, RADIO FRE. 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form part of this contract/purchase order including modifications or exclusions. 2.1.1

View original listing