Opportunity
SAM #N0010426QYA8D
Repair and Modification of Underwater Rodmeter for NAVSUP WSS Mechanicsburg
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 05, 2026
Respond By
April 27, 2026
Identifier
N0010426QYA8D
NAICS
811219, 334511, 332999
This opportunity involves the repair and modification of an underwater rodmeter for the Department of the Navy at NAVSUP Weapon Systems Support Mechanicsburg. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEM and Vendor Information: - OEM referenced by Cage Code 14058 (specific manufacturer not named in summary) - Offerors not the OEM must provide a letter of authorization from the OEM - Products/Services Requested: - Repair and modification of Rodmeter, Underwater (part number 50232-501) - Includes teardown, evaluation, and full repair effort - Firm-fixed price quote required, including cost of new (actual or estimated) for evaluation - Notable Requirements: - Mercury-free materials required - Compliance with MIL-STD-129 marking and MIL-STD 2073 packaging - Repair Turn Around Time (RTAT) of 180 days requested - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, PA
Description
CONTACT INFORMATION 4 N741.12 AV2 N/A uyencatherine.h.tran.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 Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material N/A TBD N00104 TBD TBD W25G1U-15 TBD N/A N/A N/A N/A N/A N/A N/A || NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 WSS MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 VALUE ENGINEERING (JUN 2020) 3 |||| INTEGRITY OF UNIT PRICES (NOV 2021) 1 EQUAL OPPORTUNITY FOR VETERANS (DEV 2026-O0040)(FEB 2026) 4 ||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003) 6 One year from date of delivery. One year from date of delivery. ||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026) 4 TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024) 2 ||| NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025) 1 OPTION FOR INCREASED QUANTITY (MAR 1989) 1 180 DAYS FROM DATE OF AWARD CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015) 1 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 ||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (DEV 2026-O0037)(FEB 2026) 20 334511 1350 ||||||||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026) 13 |||||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008) 2 X 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. 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. 3. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 4. All contractual documents (i.e., contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or set by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 5. If the offeror is not the Original End Manufacturer (OEM) of the material called out in the requirement, the OEM must be stated (Company Name and CAGE) and the offeror must provide a signed letter of authorization as a distributor on the OEM's letterhead. 6. If the requirement will be packaged at a location different from the Offeror's address, the Offeror shall provide the Name, Street Address, and CAGE of the Packaging Facility. 7. Any contract awarded as a result of this solicitation will be Do certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded will be a rated order. 8. Please provide repair price as Estimated (EST) for the full repair effort of the requirement. 9. Vendor shall have 90 days after receipt of carcass(es) to complete a teardown & evaluation (TD&E) of the carcass(es) and submit a Firm-Fixed Price (FFP) quote for the full repair effort of the carcass(es). 10. When submitting a quote, please include the cost of new (actual or estimated) for evaluation purposes. 11. Quote shall specify any exceptions including but not limited to MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus materials, etc. If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 12. In repair price, include all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV Reporting. Also provide the following information: a. Teardown & Evaluation Rate: b. Repair Turn Around Time (RTAT): c. Throughput Constraint: d. Induction Expiration Date: 13. PRICE REDUCTIONS a. Any asset for which the contractor does not meet the required RTAT will incur a price reduction of XXXX per unit. This adjustment will be implemented via a Reduction Modification at the end of 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. 14. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in the resulting contract. a. Requested RTAT: 180 Days 15. Quotes shall reference the proposed RTAT and any capacity constraints. 16. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the RODMETER, UNDERWATER. 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