Opportunity
SAM #N0010426QDA92
Relay Assembly Repair Services for NAVSUP Weapon Systems Support Mechanicsburg
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 06, 2026
Respond By
May 07, 2026
Identifier
N0010426QDA92
NAICS
335314, 811213
NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a Relay Assembly used by the Department of the Navy. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - Cage Code 53711 (OEM associated with part number 6387166-9) - Products/Services Requested: - Repair services for Relay Assembly, part number 6387166-9 - Not a new supply procurement; strictly repair of existing assets - Key Requirements: - Compliance with government source inspection - Adherence to MIL-STD-130 marking and MIL-STD 2073 packaging standards - Repair turnaround time (RTAT) is specified and required - Quality assurance and inspection standards must be met - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, PA
Description
CONTACT INFORMATION 4 N712.20 AE2 7716690604 macayla.n.welsh.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 tbd 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 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-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 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: 162 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 resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as 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. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): Return Material Authorization # (RMA), if applicable:____ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example):____________ 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) $________ associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:___________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: ____ Inspection & Acceptance CAGE, if not same as "awardee CAGE": ____ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as "awardee CAGE":____ IOT COMPARE REPAIR PRICE TO 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 included in SUBCLIN remarks above are defined as follows: RTAT: Repair turn-around time defined as Induction start date to end date (days). Throughput Constraint: Total assets to be repaired monthly after initial delivery commences. A throughput of 0000/month reflects no throughput constraint. Induction Expiration Date: Any asset received after this date in days is not authorized to be repaired without bilateral agreement between the Vendor and Contracting Officer. SUBCLIN Remarks (pre-populated for each SUBCLIN): RTAT=0000 Throughput Constraint=0000/month Induction Expiration Date=000 (NTE 365 days) Any questions should be directed to the POC for this solicitation. IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g., Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a "reconciliation modification" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $____, up to a maximum of: $______. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the RELAY ASSEMBLY. 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