Opportunity
SAM #N0010426RXB16
Repair and Modification of Antenna Control Unit for NAVSUP Weapon Systems Support Mechanicsburg
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 06, 2026
Respond By
May 04, 2026
Identifier
N0010426RXB16
NAICS
334220, 811219, 336419, 334511, 336413
NAVSUP Weapon Systems Support Mechanicsburg is seeking repair and modification services for a specific Antenna Control Unit used by the Department of the Navy. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg office - OEMs and Vendors: - OEM referenced by CAGE code 06401 (likely the original manufacturer of the Antenna Control Unit) - Products/Services Requested: - Repair and modification of Antenna Control Unit - Part number: 6003005003 - CAGE code: 06401 - Service includes MIL-STD packaging, government source inspection, and CAV reporting - Item Unique Identification (IUID) required per DFARS 252.211-7003 - Only authorized repair sources will be considered - Repair turnaround time (RTAT) of 152 days after receipt of asset - Induction expiration date is 365 days after contract award - Unique/Notable Requirements: - Firm-fixed price, not-to-exceed, or estimated price contract for repair services only - Quotes limited to test and evaluation are not accepted - Compliance with government packaging and inspection standards is mandatory - Awardee must be an authorized repair source for the specified Antenna Control Unit - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 STOP-WORK ORDER (AUG 1989) 1 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 INVOICE AND RECEIVING REPORT(COMBO) TBD N00104 TBD TBD SEE SCHEDULE TBD SEE SCHEDULE TBD TBD 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 INTEGRITY OF UNIT PRICES (NOV 2021) 1 SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (NOV 2023) 9 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040)(FEB 2026) 4 TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024) 2 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024) 11 Additional details omitted for brevity 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 LIST OF AWARD ATTACHMENTS 5 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 TYPE OF CONTRACT (DEV 2026-O0045)(MAR 2026) 1 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008) 2 X ONLY ONE OFFER (DEVIATION 2026-O0048)(MAR 2026) 1 This is a high priority CASREP requirement; expedited response is requested. A. Electronic submission of any quotes, representations, and necessary certifications shall be via email to brian.j.cawley2.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. C. This RFQ is for REPAIR. The award will be bilateral, requiring written acceptance prior to execution. Verify nomenclature, part number, and NSN before responding. D. Only a firm-fixed (FFP), not-to-exceed (NTE), or estimated (EST) price for the REPAIR 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 awardee must be an authorized repair source. Award will not be delayed for authorization. G. Repair Turnaround Time (RTAT): 152 days after receipt of asset. Defined as from asset return to acceptance. Return is the physical receipt at the contractor’s facility, reflected in the CAV system. The contractor must report all transactions within five business days, and the Action Date must reflect the actual receipt date. All assets must be inspected and accepted within RTATs. Note: Freight is handled by Navy CAV or Proxy CAV as per NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: The contractor must provide a throughput constraint for each NSN. Total assets to be repaired monthly after initial delivery: _/month (fill in). A throughput of "0" indicates no constraint. Induction Expiration Date: 365 days after contract award. Assets received after this date are not authorized for repair without bilateral agreement. H. Important Note: Reconciliation Price Reduction applies if RTAT is not met. The contractor provides the reduction amount per unit/month, up to a maximum. Details to be filled in by the vendor. I. Your quote must include: Repair unit price __________ Total price__________ RTAT __________ days Additional capacity constraints, price type, new unit price, lead time, T&E fee, award CAGE, inspection & acceptance CAGE, facility/subcontractor CAGE, basis of pricing, cost breakdown, quote expiration, delivery vehicle, and scope details follow, formatted similarly with appropriate HTML tags. 1. SCOPE 1.1 This contract contains requirements for repair and quality for the ANTENNA CONTROL UNIT. 2. APPLICABLE DOCUMENTS 2.1 The listed documents form part of this contract, including modifications. 2.1.1 Document references must be obtained by the contractor. Ordering info is attached. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The ANTENNA CONTROL UNIT shall meet operational and functional requirements as per listed Cage Codes and reference numbers. All repair work shall follow contractor standards, manuals, and directives, including drawings, technical orders, and approved repair standards. CAGE: 06401, Ref. No.: 6003005003 3.2 Marking - Items shall be identified per MIL-STD-130, REV N, 16 NOV 2012. 3.3 Changes in Design, Material, or Part Number - Changes require notification and approval from NAVICP-MECH Contracting Officer, with detailed explanations and drawings if applicable. Changes are classified by codes 1 through 6, indicating the type of change. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - The contractor is responsible for all inspection requirements unless otherwise specified. The government reserves the right to perform inspections. 4.2 Responsibility for Compliance - All items must meet contract requirements. Inspection requirements are part of the contractor’s quality system. Submission of defective material is not authorized. 4.3 Records - Inspection records must be kept for 365 days after final delivery. 4.4 Inspection/Testing Repaired Items - The contractor shall perform all inspection and testing as per original specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing, and Marking shall follow the contract schedule and MIL-STD 2073. 6. NOTES 6.1 Document References - The DODSSP website provides product info for specifications, standards, and data descriptions. Most can be obtained online. 6.2 Availability of Documents - Cancelled documents are available in paper format upon request. Other standards may be obtained from publishers. 6.3 Ordnance Standards and NAVORD OSTD - Requests should be sent to Indian Head Division, Naval Surface Warfare Center, or other specified addresses. 6.4 Requests for classified documents must include the government contract number and be submitted via the appropriate Defense Contract Management Command. 6.5 Documents ordered from NAVSUP-WSS must include the distribution statement, with codes A through X indicating the level of distribution authorized. 6.6 Notice to Distributors/Offerors - Proof of authorized distribution must be provided to be considered for award. Additional Links: See Solicitation N0010426RXB16