Opportunity

SAM #N0010426QDA74

Repair and Modification Services for MCP Assembly, MK 44 (NAVSUP WSS Mechanicsburg)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 05, 2026

Respond By

May 14, 2026

Identifier

N0010426QDA74

NAICS

336419, 811219, 335312

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair and modification services for the MCP Assembly, MK 44, a critical Navy component. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - OEM identified by Cage Code 53711 (commonly associated with General Dynamics Electric Boat) - Only authorized distributors of the OEM's item are eligible - Products/Services Requested: - MCP Assembly, MK 44 (Part Number: 7103707-29) - Repair and modification services for the MCP Assembly, MK 44 - Key Requirements: - All repairs must meet OEM operational and functional standards - Repair turnaround time (RTAT) of 60 days from asset receipt to acceptance - Government source inspection required - Marking must comply with MIL-STD-130; packaging per MIL-STD 2073 - Accurate reporting in the Commercial Asset Visibility (CAV) system - Strict adherence to OEM manuals, directives, and technical procedures - Quality assurance and inspection protocols must be followed

Description

CONTACT INFORMATION 4 N712.28 AE2 (771) 229-0452 sarah.r.haley2.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 TBD N00104 TBD TBD SEE SCHEDULE SEE SCHEDULE 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 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 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) 2X Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. 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: 60 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 terms of the contract. Return is defined as 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 must reflect the actual date of physical receipt. The contractor is responsible for final inspection and acceptance by the Government within the RTATs. 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 determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $_____. The T&E fee (if asset is determined BR/BER) was determined based on:________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: ____ Inspection & Acceptance CAGE (if not same as awardee CAGE): ____ Facility/Subcontractor CAGE (if not same as awardee CAGE):____ IOT COMPARE REPAIR PRICE TO BUY NEW New unit price: ____ New unit delivery lead-time: _______ Note: All repair awards will be pre-populated with the following Award Remarks: RTAT, Throughput Constraint, and Induction Expiration Date are defined as follows: RTAT: Repair turn-around time from induction start to end date (days). Throughput Constraint: Total assets to be repaired monthly after initial delivery. 0000/month indicates no constraint. Induction Expiration Date: Assets received after this date in days are not authorized for repair without bilateral agreement. SUBCLIN Remarks (pre-populated): RTAT=0000 Throughput Constraint=0000/month Induction Expiration Date=000 (NTE 365 days) Any questions should be directed to the POC for this solicitation. 1. Scope 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the MCP ASSEMBLY, MK 44. 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

View original listing