Opportunity

SAM #N0010426QJB28

Generator, Alternator Repair Services for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 05, 2026

Respond By

May 11, 2026

Identifier

N0010426QJB28

NAICS

335312, 811219, 811118

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a Generator, Alternator used by the Department of the Navy. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - Cage Code 64547 (OEM associated with part number 28B95-79-A) - Products/Services Requested: - Repair services for Generator, Alternator - Part number: 28B95-79-A - Includes evaluation and testing if item is beyond repair or beyond economical repair - Must meet operational and functional requirements as specified by the referenced Cage Code and part number - Marking, packaging, and quality assurance must comply with military standards - Unique or Notable Requirements: - Repair Turnaround Time (RTAT) of 45 days from asset return to acceptance - Government Source Inspection (GSI) is required - All repairs must follow contractor's standard repair practices, manuals, and directives - Strict compliance with military standards for marking, packaging, and quality assurance

Description

CONTACT INFORMATION 4 N7M1.9 GTK 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 MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 brett.m.hassick.civ@us.navy.mil 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 |||||||||| 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 |||||||||||||| 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 45 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 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 within the RTATs established in this contract. - All pricing is Firm-Fixed-Price. Include repair price with all costs associated with receipt and complete repair of material, including unwhole condition, missing hardware, damage, handling damage, missing parts, and wear damage. - 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 BR or BER): If costs are incurred during evaluation, the Contracting Officer will negotiate a reduced contract price, Not-To-Exceed (NTE) $________. The T&E Fee/Price (if asset is BR or BER) was determined based on: _______________________. Awardee Info & Performance Location Awardee Cage: _______ Inspection & Acceptance Cage (if not the same as Awardee Cage): _________ Facility/Subcontractor Cage (where the asset should be shipped): ____ 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 RTAT will incur a price reduction per unit/month late. Excusable delays (e.g., Government Delay) will not result in a reduction. If a reduction is due to unexcusable delay, it will be implemented via a "reconciliation modification" at the end of the contract. Price reductions do not limit other remedies, including termination for default. The contractor provides the following price reduction amount per unit/month for RTAT non-compliance: $_______________ up to a maximum of $_________________. 1. Scope 1.1 This contract contains requirements for repair and quality standards for the GENERATOR, ALTERNATE. 2. Applicable Documents 2.1 The listed documents form part of this contract, including modifications or exclusions. 2.1.1

View original listing