Opportunity
SAM #N0010426QUB10
Repair Services for Navy Circuit Card Assembly (Part Number 7416402-001)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 05, 2026
Respond By
May 07, 2026
Identifier
N0010426QUB10
NAICS
334412, 811219, 811210
NAVSUP Weapon Systems Support Mechanicsburg is requesting repair services for a Circuit Card Assembly used in Navy systems. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg - OEM and Vendor Details: - OEM associated with CAGE code 00724 - Products/Services Requested: - Repair of Circuit Card Assembly - Part number: 7416402-001 - Quantity: Not specified - Unique and Notable Requirements: - Only authorized repair sources may submit quotes - Compliance with MIL-STD packaging, government source inspection, and IUID marking - Adherence to electrostatic discharge control (ANSI/ESD S20.20) and soldering standards (IPC J-STD-001, Class 3) - Contractor must provide Repair Turnaround Time (RTAT) and throughput constraint - Firm-fixed price quotes for repair only - Quality assurance and inspection requirements - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA
Description
CONTACT INFORMATION 4 N711.7 BH1 (717)605-6811 leo.t.dougherty3.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 |||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 ||| INSPECTION AND ACCEPTANCE - SHORT VERSION 8 x||x|||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 INVOICE & RECEIVING REPORT|N/A|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 || EQUAL OPPORTUNITY FOR VETERANS (DEV 2026-O0040)(FEB 2026) 4 ||||| 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 |||||||| LIST OF SOLICITATION ATTACHMENTS 5 |||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (DEV 2026-O0037)(FEB 2026) 20|X|X|X|||X|X|||||||||||||| 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 |||||||||||||| CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS(FEB 2021)) 4 ||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008)) 2||x| This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to leo.t.dougherty3.civ@us.navy.mil. B. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. C. 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. D. Only a firm-fixed (FFP), not-to-exceed (NTE) or estimated (EST) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. The Government is requesting a Repair Turnaround Time (RTAT) of: ## ______ days after receipt of asset. Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the contract. Return is defined as 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 is required to report all transactions by the end of the fifth business day after receipt, and the Action Date in CAV must reflect the actual receipt date. The contractor must obtain final inspection and acceptance by the Government within the RTATs established. Freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: The contractor must provide a throughput constraint for each NSN. Total assets to be repaired monthly after initial delivery: __/month (contractor to fill in). A throughput of "0" reflects no constraint. Induction Expiration Date: 365 days after contract award. Assets received after this date are not authorized for repair without bilateral agreement. H. IMPORTANT NOTE: Reconciliation Price Reduction: Assets not meeting RTAT will incur a price reduction per unit/month late. Excusable delays (e.g., Government Delay) are exempt. The contractor provides the RTAT: $_____, up to a maximum of: $____. I. Quote Justification Requirements: Repair unit price __________ Total price__________ RTAT __________ days New unit price ______________ Additional constraints and details are to be provided as specified, including company capacity, CAGE codes, T&E fees, and expiration dates. 1. SCOPE This contract contains the requirements for repair and quality standards for the CIRCUIT CARD ASSEMB. 2. APPLICABLE DOCUMENTS The listed documents form part of this contract, including modifications. The contractor must obtain these documents as specified. 3. REQUIREMENTS The repair of the CIRCUIT CARD ASSEMB shall meet operational and functional requirements as per the Cage Code(s) and reference numbers listed. All work shall follow the contractor's repair standards, manuals, and directives, including drawings, technical orders, and approved repair standards. CAGE: 00724 Ref. No.: 7416402-001 Marking shall comply with MIL-STD-130, REV N, 16 NOV 2012. Changes in design, material, servicing, or part number require notification and approval from NAVICP-MECH Contracting Officer, with detailed explanations and drawings if applicable. Substitutions are governed by specific codes (1-6). Electrostatic Discharge control must comply with ANSI/ESD S20.20, superseding MIL-STD-1686C. Soldering shall conform to IPC J-STD-001, Class 3. 4. QUALITY ASSURANCE The contractor is responsible for inspection and compliance with all requirements. Inspection records must be maintained for 365 days after final delivery. All repaired items must be inspected and tested according to original specifications. 5. PACKAGING Preservation, packaging, packing, and marking shall follow the Contract/Purchase Order Schedule, including MIL-STD 2073. 6. NOTES Ordering information for documents is available via the DODSSP website. Various standards, specifications, and publications can be obtained through specified channels, including the Indian Head Division, Naval Surface Warfare Center, and other designated addresses. Distribution statements for documents are categorized from A to X, indicating the level of release authorized. Distributors and offerors must provide proof of authorization to be considered for award. Additional Links: See Solicitation N0010426QUB10