Opportunity
SAM #N0010426QJB33
Navy Solicitation for Repair of SEAL ASSEMBLY, SHAFT (H73918-01-6-1)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 06, 2026
Respond By
May 01, 2026
Identifier
N0010426QJB33
NAICS
336612, 811219, 332999, 811310
NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for SEAL ASSEMBLY, SHAFT components. - Government Buyer: - Naval Supply Systems Command (NAVSUP) Weapon Systems Support Mechanicsburg - OEM and Vendor Information: - Original manufacturer identified by CAGE code 0EYA6 (no explicit OEM name provided) - Only authorized distributors of the original manufacturer's item are eligible - Products/Services Requested: - Repair of SEAL ASSEMBLY, SHAFT - Part number: H73918-01-6-1 - Quantity: 2 units - Repairs must meet operational and functional requirements per referenced CAGE code and part number - All work must comply with standard practices, manuals, directives, and approved repair standards - Notable Requirements: - Repair Turnaround Time (RTAT) of 86 days from asset return to acceptance - Government Source Inspection (GSI) is mandatory - Accelerated delivery is encouraged and accepted at no additional cost - Option for increased quantity may be exercised - All freight handled FOB Origin per Navy Commercial Asset Visibility (CAV) Statement of Work
Description
CONTACT INFORMATION 4 N7M1.21 GX0 SEE EMAIL SOPHIE.E.BENSON.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 SEE SCHEDULE | SEE SCHEDULE | SEE SCHEDULE TBD | N00104 | TBD | TBD SEE SCHEDULE SEE SCHEDULE SEE SCHEDULE 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 FROM AWARD DATE 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 PERPARDENESS, AND ENERGY PROGRAM USE (APRIL 2008) 2 The purpose of this amendment is to increase the total QTY to 2 units. No other changes are made. CASREP ACCELERATED DELIVERY IS ENCOURAGED AND ACCEPTED AT NO ADDITIONAL COST TO 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 signed acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 86 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 contractual delivery requirement is measured from asset Return to the date of asset acceptance under the contract. 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 date of physical receipt. The contractor must obtain final inspection and acceptance by the Government within the RTATs. Check one: Firm-fixed-Price __ Estimated ___ Not-to Exceed (NTE): Return Material Authorization # (RMA), if applicable:____ Delivery Vehicle (if Delivery Order requested):____________ IF ITEM NOT PREVIOUSLY PURCHASED BY NAVSUP WSS - or - PRICES INCREASED Provide the NSN of a similar item or, if current NSN is an upgrade part, provide the previous NSN. If previously sold to another buying activity or in the commercial marketplace, provide a copy of your company's invoice (redacted versions are acceptable). If pricing is not in line with historical pricing, provide the basis of your company's pricing. 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 $_____, reflecting the BR status. 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) IOT 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 can increase the quantity at the unit price specified. The Contracting Officer may exercise the option by written notice within the timeframe specified in FAR 52.217-6. Delivery of added items shall continue at the same rate unless otherwise agreed. IMPORTANT: Any asset 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) will not result in a reduction. The Contracting Officer will implement reductions via a reconciliation modification at the end of the contract. Price reductions do not limit other remedies, including termination for default. The contractor provides the following price reduction amount per unit per month for RTAT non-compliance: $____, up to a maximum of: $_____. 1. SCOPE 1.1 This contract contains requirements for repair and quality standards for the SEAL ASSEMBLY, SHAFT. 2. APPLICABLE DOCUMENTS 2.1 The listed documents form part of this contract, including modifications or exclusions. 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 SEAL ASSEMBLY, SHAFT shall meet operational and functional requirements as per listed Cage Codes and reference numbers. Repairs shall follow contractor standards, manuals, and directives. CAGE: __ Ref. No.: 0EYA6 H73918-01-6-1 3.2 Marking This item shall be marked according to 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. Substitutions must include drawings and explanations. Changes are categorized by codes 1-6, describing the nature of the change. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - The contractor is responsible for all inspections. The government may perform inspections to ensure compliance. 4.2 Responsibility for Compliance - All items must meet contract requirements. Inspection is 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 - All inspection and testing must follow original specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing, and Marking shall follow the schedule and MIL-STD 2073. 6. NOTES 6.1 Document References - Obtain from DODSSP website. Cancellation notices, commercial specs, ordnance standards, and other documents are available as specified. 6.2 Distribution Statements - All documents must include a distribution statement per OPNAVINST 5510.1, with codes A-X explaining distribution rights. 6.3 Notice to Distributors/Offerors - Only authorized distributors may submit offers. Proof of authorization must be provided on company letterhead. Additional Links: See Solicitation N0010426QJB33 See Solicitation N0010426QJB330001