Opportunity
SAM #N0010426QLB63
Repair Services for Navy Solenoid Valve (CAGE 53154, Ref 81760-1)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 07, 2026
Respond By
June 05, 2026
Identifier
N0010426QLB63
NAICS
811118, 332919, 811310
NAVSUP Weapon Systems Support Mechanicsburg is requesting repair services for a solenoid valve used in Navy systems. - Government buyer: Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEM reference: Solenoid valve identified by CAGE code 53154 and reference number 81760-1 - Products/services requested: - Repair service for solenoid valve (part number 81760-1) - Notable requirements: - Government Source Inspection required - Repair Turnaround Time (RTAT) of 175 days; accelerated delivery encouraged - Compliance with MIL-STD-130 marking and MIL-STD 2073 packaging - Accurate reporting in the Commercial Asset Visibility (CAV) system - Only authorized distributors of the original manufacturer are eligible for award - Option quantities may be added to the contract
Description
CONTACT INFORMATION 4 N713.36 HKA 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 OPTION FOR INCREASED QUANTITY (MAR 1989) 1 365 DAYS 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: 175 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 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 is responsible for final inspection and acceptance by the Government within the RTATs established. 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 that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to-exceed $_____, to reflect the BR status of the equipment. 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), 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 may 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 price reduction. Price reductions due to unexcusable delays 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/purchase order contains requirements for repair and quality standards for the VALVE, SOLENOID. 2. APPLICABLE DOCUMENTS 2.1 The documents listed below form part of this contract, including modifications or exclusions. 2.1.1