Opportunity
SAM #N0010426QUB42
Repair of Circuit Card Assembly for NAVSUP WSS Mechanicsburg
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 06, 2026
Respond By
May 04, 2026
Identifier
N0010426QUB42
NAICS
334412, 811219, 811210
NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a Circuit Card Assembly used by the Department of the Navy. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - Products/Services Requested: - Repair of Circuit Card Assembly - Part number: 2908033 - CAGE code: 10001 - Only authorized repair sources and distributors of the original manufacturer's item are eligible - Key Requirements: - MIL-STD packaging - Government source inspection - Compliance with Item Unique Identification (IUID) requirements - Marking per MIL-STD-130 - Reporting via Commercial Asset Visibility (CAV) system - Repair turnaround time (RTAT) of 188 days after receipt of asset - Price reductions if RTAT is not met - Adherence to quality assurance standards - OEMs: - No specific OEM named; CAGE code 10001 referenced (potentially General Electric or another major defense OEM) - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Mechanicsburg (contracting office) - Notable: Only authorized repair sources/distributors will be considered; strict compliance with military standards and reporting required.
Description
CONTACT INFORMATION 4 N711.16 AE7 771-229-0600 AMBER.L.WALE.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 RECEIVING REPORT AND INVOICE N/A TBD N00104 TBD TBD SEE SCHEDULE TBD TBD TBD TBD |||||| MONETARY LIMITATION REPAIR PURCHASE ORDERS 1 TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 WSS MECHANICSBURG MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 CS AMBER WALE (MONEY MODS) PAC KATHLEEN BYRNE (ADMIN MODS) VALUE ENGINEERING (JUN 2020) 3 |||| INTEGRITY OF UNIT PRICES (NOV 2021) 1 || EQUAL OPPORTUNITY FOR VETERANS (DEV 2026-O0040)(FEB 2026) 4 ||||| 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 || 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 This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to AMBER.L.WALE.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. C. 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. D. Only a firm-fixed (FFP), not-to-exceed (NTE) or estimated (EST) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. The Government is requesting a Repair Turnaround Time (RTAT) of: 188 days after receipt of asset. Repair Turnaround Time (RTAT) definition: 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 the physical receipt of the F-condition asset at the contractor’s facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. The contractor is required to 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. Freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: The contractor must provide a throughput constraint for each NSN(s). Total assets to be repaired monthly after initial delivery: __/month (contractor to fill in number). A throughput of 0 per month indicates no throughput constraint. Induction Expiration Date: 365 days after the contract award date. Assets received after this date are not authorized for repair without bilateral agreement between the contractor and NAVSUP WSS Contracting Officer. H. IMPORTANT NOTE: Reconciliation Price Reduction: Assets for which the contractor does not meet the RTAT will incur a price reduction per unit/per month late. Excusable delays (e.g., Government Delay) are exempt. The Contracting Officer will implement price reductions via a "Reconciliation Modification" at the end of the contract. Price reductions do not limit other remedies, including termination for default. Contractor’s price reduction amount per unit/month: $_____, up to a maximum of: $____. (to be filled in by vendor) I. Your quote MUST include the following information for justification purposes: Repair unit price __________ Total price__________ Repair Turnaround Time (RTAT) __________ days New unit price ___________ Note: If not quoting the Government’s requested RTAT or sooner, provide capacity constraints below: _____________________________________________________________________ T&E fee/price (if asset is BR/BER): If an item is BR and costs are incurred during evaluation, the contractor will negotiate a reduced contract price, not to exceed $_____. Basis for T&E fee (if asset is BR/BER): ______________________________________________________________ Award to CAGE:__ Inspection & Acceptance CAGE (if different): ___ Facility/Subcontractor CAGE (shipping destination): ____ Facility/Subcontractor or Packaging Facility CAGE (shipping origin): __ Cost breakdown including profit rate (if feasible) Quote expiration date ____________________ (minimum 90 days) Delivery Vehicle (if applicable, e.g., current BOA/IDIQ) 1. SCOPE 1.1 This contract/purchase order contains requirements for repair and quality standards for the CIRCUIT CARD ASSEMB. 2. APPLICABLE DOCUMENTS 2.1 The documents listed below form part of this contract, including modifications or exclusions. 2.1.1