Opportunity
SAM #N0010426QTB24
Repair Services for Navy LCD Keyboard Drawer (NAVSUP Mechanicsburg)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 07, 2026
Respond By
May 04, 2026
Identifier
N0010426QTB24
NAICS
333998, 811219
NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for an LCD Keyboard Drawer used in Navy systems. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy) - OEM and Vendor Details: - CAGE code 787R6 referenced as the original manufacturer - Part number: 8562076 PN RD1U-CAT24170W.USN0005 - Only authorized distributors of the OEM are eligible; proof of authorization required - Products/Services Requested: - Repair of LCD Keyboard Drawer - Must meet operational and functional requirements as specified by the referenced CAGE and part number - Notable Requirements: - Repair Turnaround Time (RTAT) of 110 days - Government Source Inspection (GSI) required - Asset transaction reporting in the Commercial Asset Visibility (CAV) system - Compliance with MIL-STD-130 and MIL-STD 2073 for marking and packaging - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA - No other OEMs or vendors are mentioned beyond the referenced CAGE and part number.
Description
CONTACT INFORMATION 4 N771.6 ANM 771-229-0383 valentino.p.arena.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 TBD TBD TBD N00104 TBD TBD W62G2T 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 valentino.p.arena.civ@us.navy.mil NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025) 1 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015) 1 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 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 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: 110 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 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 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 ___ Not-to Exceed (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): 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:____ IMPORTANT NOTE: Any asset for which the contractor does not meet the RTAT will incur a price reduction per unit/month late. Excusable delays (e.g., Government Delay) will not result in a price reduction. If a reduction is due to unexcusable delay, the Contracting Officer will implement it via a "reconciliation modification" at the end of the contract. Price reductions shall not limit other remedies, including termination for default. In reference to the above, the contractor provides the following price reduction amount per unit per month the RTAT is not met: $____, up to a maximum of: $______. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the quality requirements for the LCD KEYBOARD DRAWER. 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The documents listed below form part of this contract, including modifications or exclusions. 2.1.1 Document References - Must be obtained by the contractor. Ordering info is included as an attachment. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The LCD KEYBOARD DRAWER shall meet operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed according to the contractor’s standards, manuals, and directives, including drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards, and other approved documents. CAGERef. No. 787R68562076 PN RD1U-CAT24170W.USN0005 3.2 Marking This item shall be physically identified in accordance with MIL-STD-130, REV N, 16 NOV 2012. 3.3 Changes in Design, Material, Servicing, or Part Number Except for a Code 1 change, no substitution shall be made until approved by the NAVICP-MECH Contracting Officer. When changes are made, the contractor shall furnish drawings and explanations for the substitution. Changes are indicated by code numbers, e.g., Code 1: Part number change only, parts identical in all respects. Code 2: Assembly not furnished, used following detail parts. Code 3: Part not furnished separately, use assembly. Code 4: Part redesigned, old and new parts interchangeable. Code 5: Part redesigned, new replaces old, old cannot replace new. Code 6: Part redesigned, parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection The contractor is responsible for all inspection requirements unless otherwise specified. They may use their own or suitable facilities, subject to government approval. The government reserves the right to perform inspections to ensure compliance. 4.2 Responsibility for Compliance All items must meet all contract requirements. Inspection requirements become part of the contractor’s quality system. Submission of defective material is not authorized. 4.3 Records All inspection records shall be kept complete and available for 365 days after final delivery. 4.4 Inspection/Testing Repaired Items The contractor shall perform all inspection and testing as per the original manufacturer’s specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing, and Marking Shall be in accordance with the contract schedule and MIL-STD 2073. 6. NOTES 6.1 Ordering Information for Document References The DODSSP website provides product info for specifications, standards, and other documents. Most can be obtained directly online. Cancelled documents are available in paper format upon request. Other standards and publications can be obtained from publishers or specific military offices. 6.2 Distribution Statements Documents from the U.S. Navy must include a distribution statement indicating the limits of distribution and safeguarding requirements. There are seven distribution statement codes, each with specific permissions, ranging from public release to restricted distribution. 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 on company letterhead and sent with the offer. Additional Links: See Solicitation N0010426QTB24