Opportunity
SAM #N0010426QDA75
Repair Services for Circuit Card Assembly (CAGE 53711, PN 6710089) for NAVSUP WSS Mechanicsburg
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 05, 2026
Respond By
June 30, 2026
Identifier
N0010426QDA75
NAICS
334412, 811219, 811210
NAVSUP Weapon Systems Support Mechanicsburg, part of the Department of the Navy, is seeking repair services for a Circuit Card Assembly. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy, Department of Defense) - OEMs and Vendors: - No specific OEM named, but CAGE code 53711 is referenced (commonly associated with Naval Sea Systems Command) - Only authorized distributors of the original manufacturer are eligible - Products/Services Requested: - Repair and modification of Circuit Card Assembly - Reference: CAGE 53711, part number 6710089 - Service includes 90-day repair turnaround (RTAT), government source inspection, MIL-STD-130 marking, and MIL-STD 2073 packaging - Accurate reporting in the Commercial Asset Visibility (CAV) system required - Unique/Notable Requirements: - Contractor must verify nomenclature, part number, and NSN before responding - Price reductions apply if repair turnaround is not met - Only authorized distributors of the original manufacturer will be considered - Compliance with military marking and packaging standards is mandatory
Description
CONTACT INFORMATION 4 N712.20 AE7 7716690604 macayla.n.welsh.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 invoice and receiving See schedule TBD N00104 TBD TBD See schedule 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 || 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-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 The purpose of this amendment is to: Extend the solicitation due date. Solicitation due date is extended to 30 June 2026. All other terms and conditions remain the same. All freight is FOB Origin. 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. The Government is seeking a Repair Turnaround Time (RTAT) of: 90 DAYS Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price:_______ Total Price:____ Repair Turnaround Time (RTAT): ____ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, 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 contract terms. Return is defined as the physical receipt of the 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 receipt date. The contractor must obtain final inspection and acceptance by the Government within the RTATs established. Check one: Firm-fixed-Price ___ Estimated ___ Not-to-Exceed (NTE): Return Material Authorization # (RMA), if applicable:____ Delivery Vehicle (if Delivery Order requested):____________ TESTING AND EVALUATION IF BEYOND REPAIR Teardown & Evaluation fee/price (if asset is BR/BER): If an item is BR and documentation shows costs incurred during evaluation, the contracting officer will negotiate a reduced price, not to exceed $_____. The T&E fee (if asset is BR/BER) was based on:________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: ____ Inspection & Acceptance CAGE (if different): ____ Facility/Subcontractor CAGE (if different):____ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price: ____ New unit delivery lead-time: ____ NOTE: All repair awards will include remarks on RTAT, throughput constraint, and induction expiration date, as detailed in SUBCLIN remarks. RTAT is the repair turnaround time from induction start to end date (days). Throughput constraint indicates the number of assets to be repaired monthly. Induction expiration date is the deadline after which assets cannot be repaired without bilateral agreement. SUBCLIN Remarks (pre-populated): RTAT=0000 Throughput Constraint=0000/month Induction Expiration Date=000 (NTE 365 days) Questions should be directed to the POC for this solicitation. IMPORTANT: Any asset not repaired within the RTAT will incur a price reduction per unit per month late. Excusable delays (e.g., Government Delay) are exempt. Price reductions due to unexcusable delays will be implemented via a reconciliation modification at the end of the contract. Reductions are in addition to other remedies, including termination for default. The contractor's proposed price reduction per unit per month for RTAT delays is: $____, up to a maximum of: $______. 1. SCOPE 1.1 This contract/purchase order covers repair requirements and quality standards for the CIRCUIT CARD ASSEMB. 2. APPLICABLE DOCUMENTS 2.1 The listed documents form part of this contract, including modifications. Obtain