Opportunity
SAM #N0038326QTB33
NAVSUP WSS Philadelphia Solicits Repair of Martin-Baker Aircraft Seat (P/N MBCS12490-1BA0)
Buyer
NAVSUP WEAPON SYSTEMS SUPPORT
Posted
May 06, 2026
Respond By
May 18, 2026
Identifier
N0038326QTB33
NAICS
336413
NAVSUP Weapon Systems Support (WSS) Philadelphia is seeking contractor support for the repair and overhaul of a Martin-Baker Aircraft Co. aircraft seat. - Government Buyer: - Naval Supply Systems Command (NAVSUP) Weapon Systems Support (WSS) Philadelphia - OEM Highlight: - Martin-Baker Aircraft Co. is the specified Original Equipment Manufacturer (OEM) - Products/Services Requested: - Repair, overhaul, upgrade, testing, and inspection of SEAT, AIRCRAFT - Part Number: MBCS12490-1BA0 - Drawing Number: U1604 - Service must return the seat to Ready for Issue (RFI) condition per Martin-Baker specifications - Requirements: - All work must comply with Martin-Baker technical publications and latest drawing revisions - Contractor must provide all facilities, labor, materials, parts, and test equipment - Quality standards: ISO 9001/SAE AS9100 compliance required - MIL-STD-130 marking and configuration management required - Strict controls on parts/materials; unauthorized cannibalization prohibited - Reporting of repair turnaround time (RTAT) is mandatory - Place of Performance: - Contractor's facility (repair and inspection performed on contractor equipment) - Inspection and acceptance at contractor's site - NAVSUP WSS Philadelphia is the contracting office
Description
CONTACT INFORMATION 4 N791.08 T1L 215-697-3765 michael.j.brown1069.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16Invoice and Receiving Report ComboTBDN00383TBDTBDSee ScheduleTBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 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 See Schedule for additional details. This RFQ is for repair requirement. NAVSUP WSS requests that contractors submit a quote that includes either a firm-fixed price or TT&E pricing with estimated costs to repair this item. Repair Turnaround Time (RTAT): The contractual delivery requirement is measured from asset return to the date of asset acceptance. 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 must reflect the actual receipt date. The contractor must obtain final inspection and acceptance by the Government within the RTAT. Proposals should reference the proposed RTAT and any capacity constraints. The quote should include either a firm-fixed price or TT&E pricing and estimated repair costs. This contract/delivery order/purchase order/modification is issued by the Government when deposited in the mail, transmitted by facsimile, or sent electronically, including email. The Government's acceptance of the proposal constitutes a bilateral agreement to issue this order or modification. 1. Scope Markings shall comply with MIL-STD-130. Articles shall be manufactured, tested, and inspected according to MARTIN-BAKER AIRCRAFT CO; drawing number U1604, Revision latest, and all referenced details and specifications. Unless specified elsewhere, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or other manufacturing aids are the contractor's responsibility and will not be provided by the Government. If MIL-STD-454 is referenced, compliance with IPC/EIAJ-STD-001C is expected. 2. Applicable Documents Not applicable. 3. Requirements General Establishes criteria for repair, testing, inspection, component repair, replacement, reassembly, and testing to return units to a serviceable condition. Definitions Contractor: The successful offeror awarded a contract, order, or project work order. Overhaul: Disassembled, cleaned, inspected, repaired as necessary, reassembled, tested, and returned to RFI condition. Repair: Restored to RFI condition, tested, and inoperative components replaced or repaired. 4. Scope The items shall be overhauled, upgraded, repaired, tested, inspected, and accepted per contract terms. All repairs/upgrades are to be performed at the designated facility. Repairs must follow the referenced drawings and repair manuals. 5. Changes and Control Changes to manuals, drawings, or specifications require PCO approval. Unapproved changes are at the contractor's risk; non-compliance may require replacement of items. References on drawings/specifications should read as the