Opportunity

SAM #N0010426QLB64

Repair Services for Valve, Control Diaphragm for NAVSUP WSS Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 06, 2026

Respond By

May 26, 2026

Identifier

N0010426QLB64

NAICS

332919, 811310

NAVSUP Weapon Systems Support Mechanicsburg is requesting repair services for a Valve, Control Diaphragm. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) - Products/Services Requested: - Repair services for Valve, Control Diaphragm - Includes asset receipt, evaluation, repair, and reporting per Commercial Asset Visibility (CAV) Statement of Work - Government Source Inspection (GSI) required - Requirements: - Repair Turnaround Time (RTAT) of 499 days - Option to increase quantity by 100% within 365 days of contract award - Price reductions for late delivery - Testing and evaluation fees may apply if items are beyond repair - All freight is FOB Origin - Contractor must report asset receipt and acceptance in the CAV system - No specific OEMs, vendors, part numbers, or product quantities are provided in the solicitation - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA

Description

CONTACT INFORMATION|4|N713.33|GLF|(771) 229-0386|ASHLEY.H.BETLOCK..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 & RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|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|| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| 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 ARO|  CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015)|1||  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|||||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPARDENESS, AND ENERGY PROGAM USE (APRIL 2008))|2||X|  Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule.  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: 499 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:______  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) :____________  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.  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 inexcusable 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: $___.  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 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:______  Option Remarks:  The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contract Officer would like to  exercise a 100% option quantity within 365-days of the effective date of the contract award. The contractor will provide the same delivery turnaround as the base line items. A modification will be completed atthe time the option is exercised and all current  contract terms and conditions will apply to the option quantity.  Please indicate if the Contracting Officer may exercise the 100% optionquantity for the repair contract.  Yes __ or No _  Please indicate the pricing for the option quantity.  Price Each: $________ 

View original listing