Opportunity
SAM #N0010426QTB07
Repair Services for Navy Cartridge, Pump Assembly (CAGE 11243, Ref. 2603509-11)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 06, 2026
Respond By
May 21, 2026
Identifier
N0010426QTB07
NAICS
811310, 332999, 333914
NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a Cartridge, Pump Assembly used in Navy applications. - Government Buyer: - Department of Defense - Department of the Navy - Naval Supply Systems Command (NAVSUP) Weapon Systems Support Mechanicsburg (WSS MECH) - OEMs and Vendors: - OEM associated with CAGE code 11243 (manufacturer of the Cartridge, Pump Assembly) - Products/Services Requested: - Repair of Cartridge, Pump Assembly - Reference Number: 2603509-11 - CAGE Code: 11243 - Quantity: Not specified - Unique or Notable Requirements: - Repairs must comply with contractor's approved repair standards and technical documentation - Marking must meet MIL-STD-129 - All materials must be mercury-free due to use on submarines and surface ships - Government Source Inspection (GSI) is required - Repair Turnaround Time (RTAT) of 225 days from asset return to acceptance - Only authorized distributors of the OEM item are eligible; proof of authorization required
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 TBD TBD TBD N00104 TBD TBD SEE SCHEDULE TBD TBD TBD TBD TBD 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 rebecca.a.rainey5.civ@us.navy.mil NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025) 1 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026) 2 OPTION FOR INCREASED QUANTITY (MAR 1989) 1 365 DAYS. 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 X X X X X NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008) 2 This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). Accelerated delivery is encouraged and accepted at no additional cost to the government. 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: 225 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): 225 days If your company is not quoting the government’s required RTAT or earlier, provide your company's capacity constraints: ___________________________________________________________ ___________________________________________________________ _____________________________________________________________ Repair Turnaround Time (RTAT) is measured from asset return to the date of asset acceptance under the contract terms. Return is defined as physical receipt of the asset at the contractor’s facility as reflected in the Action Date in the 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 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 T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation of costs incurred during evaluation, the contracting officer will negotiate a reduced contract price, not-to-exceed $_____. The T&E fee (if asset is 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):____ Compare Repair Price to Price to Buy New New unit price:____ New unit delivery lead-time:_______ The government may add an option quantity to the contract. The government may increase the quantity of supplies at the unit price specified. The Contracting Officer may exercise the option by written notice within the timeframe specified in FAR 52.217-7. Delivery of added items shall continue at the same rate unless otherwise agreed. 1. Scope This contract/purchase order contains requirements for repair and quality standards for the CARTRIDGE, PUMP ASSY. 2. Applicable Documents The documents listed below form part of this contract, including modifications or exclusions: Document References: MIL-STD-129 3. Requirements Cage Code/Reference Number Items The repaired CARTRIDGE, PUMP ASSY shall meet operational and functional requirements as represented by the Cage Code(s) and reference number(s): CAGE: 11243 Ref. No.: 2603509-11 Marking This item shall be identified in accordance with MIL-STD-129. Changes in Design, Material, Servicing, or Part Number No substitution shall be made without prior approval from the NAVICP-MECH Contracting Officer, except for Code 1 changes which involve only part number changes where parts are identical. Changes must be documented with drawings and explanations, and approved via a written change order. Mercury Free The material shall contain no metallic mercury and be free from mercury contamination. If mercury is required, written approval must be obtained beforehand, and the vendor must provide a warning plate indicating mercury content. Handling and testing procedures are specified to prevent contamination. 4. Quality Assurance Responsibility for Inspection The contractor is responsible for inspection and testing as per specifications. Records must be maintained for 365 days after final delivery. 5. Packaging Preservation, packaging, packing, and marking shall comply with the contract schedule and MIL-STD 2073. 6. Notes Ordering information for documents is available through the DODSSP website. Various standards and specifications can be obtained from designated sources. Specific instructions are provided for obtaining publications, notices to distributors, and document classification and distribution statements. Additional Links: See Solicitation N0010426QTB07