Opportunity

SAM #N0010426QLB52

Repair Services for Centrifugal Pump Unit (OEM Cage 96046) for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 06, 2026

Respond By

May 26, 2026

Identifier

N0010426QLB52

NAICS

333914, 811310

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a centrifugal pump unit used by the Department of the Navy. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy) - OEMs and Vendors: - OEM Cage Code 96046 (manufacturer of the pump unit) - Only authorized distributors of the original manufacturer are eligible - Products/Services Requested: - Repair services for centrifugal pump units - Part numbers: 777D and 777D440VAC - Repaired units must meet all operational and functional requirements as specified by the OEM - Government Source Inspection (GSI) is mandatory - Repair Turnaround Time (RTAT) of 100 days from asset return to acceptance - Testing and evaluation required if asset is beyond repair - Option quantities may be added to the contract - Packaging must comply with MIL-STD 2073; marking must comply with MIL-STD-130 - Compliance with quality assurance, inspection, and reporting requirements is emphasized - Unique/Notable Requirements: - Only authorized distributors of the OEM will be considered - Strict adherence to military packaging and marking standards - GSI and a defined RTAT are required - Option for additional quantities may be exercised

Description

CONTACT INFORMATION 4 N713.36 GG1 771-229-0926 carlos.f.vega-cortez.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 REPORT TBD N00104 TBD TBD 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 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 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: 100 DAYS Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. 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 terms of the contract. Return is defined as physical receipt of the F-condition asset at the contractor’s facility as reflected in the Action Date in the Commercial Asset Visibility (CAV) system. The contractor must report all transactions by the end of the fifth business day after receipt, and the Action Date in CAV must reflect the actual date of physical receipt. The contractor must obtain final inspection and acceptance by the Government within the RTATs established in this contract. Check one: Firm-fixed-Price __ Estimated ___ 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 $_____, 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):____ 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 at the unit price specified. The Contracting Officer may exercise the option by written notice within the period specified in FAR 52.217-6. Delivery of added items shall continue at the same rate unless otherwise agreed. Important Note: 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. If a reduction is due to unexcusable delay, it will be implemented via a reconciliation modification at the end of the contract. Price reductions shall 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 PUMP UNIT, CENTRIFUG. 2. Applicable Documents 2.1 The listed documents form part of this contract, including modifications or exclusions. Obtain documents via the provided sources. 3. Requirements 3.1 The repaired pump must meet operational and functional requirements as per the Cage Code(s) and reference number(s). All repair work shall follow standard practices, manuals, and directives. CAGERef. No. 96046777D 96046777D440VAC 3.2 Marking: The 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, with documentation explaining the reason for change. Use specified codes for different change types. 4. Quality Assurance 4.1 Responsibility for Inspection: The contractor is responsible for inspection per the contract. The government may perform inspections to ensure compliance. 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: Keep inspection records for 365 days after final delivery. 4.4 Inspection/Testing Repaired Items: Perform all inspection and testing as per original specifications and drawings. 5. Packaging 5.1 Preservation, Packaging, Packing, and Marking: Follow the schedule and MIL-STD 2073. 6. Notes 6.1 Document References: Obtain from DODSSP or other specified sources. Details on document availability, ordering, and special requirements are provided. 6.2 Distribution Statements: All documents must include a distribution statement per OPNAVINST 5510.1, with codes A through X indicating distribution limits. 6.3 Notice to Distributors/Offerors: Only authorized distributors of the original manufacturer’s item are considered for award. Proof of authorization must be provided with offers. Additional Links: See Solicitation N0010426QLB52

View original listing