Opportunity

SAM #N0038326QMA46

Repair Services for Navy Receiver, Countermeasure Units (L3 Harris Technologies)

Buyer

NAVSUP WEAPON SYSTEMS SUPPORT

Posted

May 05, 2026

Respond By

April 13, 2026

Identifier

N0038326QMA46

NAICS

334511, 811213, 811219

NAVSUP Weapon Systems Support Philadelphia is requesting repair services for specialized Navy equipment. - Government Buyer: - Naval Supply Systems Command (NAVSUP) Weapon Systems Support (WSS) Philadelphia, Department of the Navy - OEM and Vendor: - L3 Harris Technologies (designated repair source and OEM) - Products/Services Requested: - Repair of six Receiver, Countermeasure units - NSN: 5865-01-663-1881 - Part Number: 2687100G002 - Work includes inspection, repair, testing, and acceptance to Ready for Issue (RFI) condition - Unique/Notable Requirements: - Repairs must be performed at L3 Harris Technologies' Clifton, NJ facility - Contractor must provide all facilities, labor, materials, and equipment - Compliance with ISO 9001/SAE AS9100 quality standards - Adherence to configuration management and calibration system requirements - Government source approval required prior to award - No government-furnished property provided - Place of Performance: - L3 Harris Technologies, 77 River Road, Clifton, NJ 07014 - Contracting Office: - NAVSUP WSS, 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 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. 1.2 Definitions: 1.2.1 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. 1.2.2 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). 1.2.3 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). Further sections continue in a similar structured format, using ordered and unordered lists, paragraphs, and links for clarity and readability.

View original listing