Opportunity
SAM #N0038326QMA45
Repair of Receiver, Countermeasure Units (NSN: 5865-01-663-1881, PN: 2687100G002) for NAVSUP WSS
Buyer
NAVSUP WEAPON SYSTEMS SUPPORT
Posted
May 04, 2026
Respond By
April 13, 2026
Identifier
N0038326QMA45
NAICS
811213, 811219, 811210, 334511
This opportunity involves the repair of specialized electronic countermeasure receivers for the U.S. Navy, managed by NAVSUP Weapon Systems Support Philadelphia. - Government Buyer: - Department of the Navy, NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia - OEM/Vendor: - L3 Harris Technologies (CAGE Code: 28527) - Products/Services Requested: - Repair of six Receiver, Countermeasure units - National Stock Number (NSN): 5865-01-663-1881 - Part Number: 2687100G002 - Services include repair, testing, inspection, and restoration to Ready for Issue (RFI) condition - Unique/Notable Requirements: - All repairs must comply with ISO 9001/SAE AS9100 quality standards - Contractor must maintain a calibration system per ANSI/NCSL Z540.3 or equivalent - Government source approval required prior to award - Contractor supplies all parts and materials; no government-furnished property - Strict configuration management, quality assurance, and marking/storage provisions - Place of Performance: - L3 Harris Technologies facility, 77 River Road, Clifton, NJ 07014 - Contracting Office: - NAVSUP Weapon Systems Support Philadelphia, 700 Robbins Avenue, Philadelphia, PA 19111-5098
Description
CONTACT INFORMATION 4 TBD TBD TBD TBD ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT 8 X INSPECTION AND ACCEPTANCE OF SUPPLIES 26 X WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 INVOICE AND RECEIVING REPORT COMBO TYPE Source/source TBD N00383 TBD TBD See Schedule TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003) 6 12 months 60 days after discovery of defect EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026) 4 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 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) 2 x THIS REQUEST FOR QUOTE (RFQ) IS FOR THE REPAIR OF: NSN: 016631881 PN: 2687100G002 QUANTITY: 6 EA Please submit quote via email to AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the due date specified on page 1, block 10. If a firm fixed price (FFP) cannot be determined, please inform the PCO. 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, please note, if evaluation of a source approval request submitted here under 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 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. Any item contracted for repair shall have a Statement of Work to ensure compliance with all repair procedures and requirements. Repair of: RECEIVER, COUNTERMEA; 5865-01-663-1881; NSN; 2687100G002; Part Number, shall be performed IAW: RECEIVER, COUNTERMEA; IAW LATEST REVISION; Publication(s). There will be no repair deviation from the approved written procedures without review and acceptance by the Basic Design Engineer. All requests for Waiver/Deviation shall be via Form 1694 routed through the Local DCMA/ACO office for review and recommendations via Form 1998. 2. Applicable Documents - Not Applicable 3. Requirements 1.0 General 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 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 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: RECEIVER, COUNTERMEA; 2687100G002; P/N; 5865-01-663-1881; NSN; IAW LATEST REVISION; 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. 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 repair 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: 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. 3.4.8 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. 3.4.9 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. 3.5 Parts and Materials 3.5.1 General: The contractor is responsible for supplying all parts and materials necessary to perform the required repairs unless parts or materials are specifically identified as Government Furnished Material (GFM). All parts and materials 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, which is incorporated by reference herein. Authorization to use other than new material requires written approval from the PCO. Cannibalization must be approved by the PCO. Cannibalization of units that have not been inducted is not typically authorized and requires specific approval by the PCO. 3.5.2 The contractor shall ensure access to updated drawings and specifications for parts and materials 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, the contractor may approve changes to manufacturing source or manufacturing facility for all parts. Repairs using unapproved changes are done at the contractor's own risk. If disapproved, the contractor shall replace any delivered items repaired using such unapproved changes. The contractor is not entitled to any adjustment based on disapproval. 3.5.3 Purchased Material Control and Parts Control: The contractor shall establish and maintain a system of control over purchased parts and materials to ensure compliance with contract requirements. 3.5.4 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 Government review, including dimensional data, material, finish, process, certifications, and readings. 3.5.5 Note: Part cannibalization is not authorized unless specifically approved by NAVSUP WSS and the BDE. 3.6 Source and Location of Repair Source: The contractor shall specify the name of the source/division performing the work and the actual location where work will be performed. For example: RECEIVER, COUNTERMEA; L3 HARRIS TECHNOLOGIES; 77 RIVER ROAD, CLIFTON, NJ 07014; Address; Cage Code; inspection will be on the contractor's equipment. 3.7 Contract Quality Requirements 3.7.1 Quality Program: The Contractor shall establish, implement, document, and maintain a quality system ensuring conformance to ISO 9001/SAE AS9100. The system shall detect, correct, and prevent quality issues promptly. 3.7.2 Calibration System Requirements: The contractor shall maintain a calibration system meeting ANSI/NCSL Z540.3, ISO-10012-1, or equivalent acceptable to the Government. 3.8 Configuration Management (CM): The contractor shall maintain a CM plan in accordance with NAVSUP WSS provisions. 3.9 Markings: Marking shall follow the contract specifications when applicable. 3.10 Storage: The contractor shall provide a proper enclosed warehouse environment for both pending repair items and repaired assets awaiting shipment to prevent damage. Additional Links: See Solicitation N0038326QMA45