Opportunity
SAM #N0010426QLB53
NAVSUP WSS Solicitation for Repair of MOTOR AC 440V 50 HP
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 06, 2026
Respond By
May 26, 2026
Identifier
N0010426QLB53
NAICS
335312, 811219, 811310
This opportunity involves the Department of the Navy's NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) seeking repair services for a specific AC motor: - Government Buyer: - Department of the Navy, Department of Defense - NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) - OEMs and Vendors: - No specific OEM named; CAGE code 46UR2 is provided for identification - Only authorized distributors of the original manufacturer are eligible - Products/Services Requested: - Repair service for MOTOR AC 440V 50 HP - Reference number: 86711-GRP1 - CAGE code: 46UR2 - Quantity: Not specified; option quantity may be included - Unique/Notable Requirements: - Contractor must verify nomenclature, part number, and NSN before responding - Repair Turnaround Time (RTAT) is 88 days from asset receipt to acceptance - Government Source Inspection (GSI) is required - Freight terms are FOB Origin - Price reductions apply for late delivery - Place of Performance/Delivery: - Contracting office is NAVSUP WSS MECH, Mechanicsburg, PA - No explicit delivery or performance location provided
Description
CONTACT INFORMATION 4 N713.36 HR0 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 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: 88 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 the physical receipt of the 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 $_____. The T&E fee (if asset is determined BR/BER) was determined 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):____ 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. Price reductions due to unexcusable delay will be implemented via a reconciliation modification at the end of the contract. Price reductions shall not limit other remedies, including termination for default. Contractor’s price reduction amount per unit per month for RTAT non-compliance: $____, up to a maximum of: $______. 1. Scope This contract contains requirements for repair and quality standards for the MOTOR AC 440V 50 HP. 2. Applicable Documents The listed documents form part of this contract, including modifications or exclusions. They must be obtained by the contractor. 3. Requirements Items shall meet operational and functional requirements as per the Cage Code(s) and reference number(s). All repair work shall follow the contractor’s standards, manuals, and directives. CAGERef. No. 46UR286711-GRP1 Marking shall comply with MIL-STD-130, REV N, 16 NOV 2012. Changes in design, material, or part number 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 Responsibility for inspection lies with the contractor, who may use suitable facilities. The government reserves the right to inspect. All items must meet contract requirements, and records of inspection shall be kept for 365 days after final delivery. 5. Packaging Preservation, packaging, packing, and marking shall follow the schedule and MIL-STD 2073. 6. Notes Ordering information for documents is available at the DODSSP website. Details on document availability, standards, and ordering procedures are provided, including special instructions for classified and official use documents. Distribution statements are required on all documents, with seven codes indicating the level of distribution authorized. Distributors must provide proof of authorization to be considered for award. Additional Links: See Solicitation N0010426QLB53