Opportunity

SAM #N0010426QUB63

Repair Services for Digital Converter (CONVERTER,DIGITAL T) for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 07, 2026

Respond By

May 21, 2026

Identifier

N0010426QUB63

NAICS

335999, 811212, 811210

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a Digital Converter (CONVERTER,DIGITAL T) used by the Department of the Navy. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy) - Service Requested: - Repair services for CONVERTER,DIGITAL T - Reference: CAGE code 1BCK1, reference number 536718 - Requirements: - Contractor must be an authorized repair source for the item - Firm-fixed price quotes for repair only (no test and evaluation) - Repair turnaround time (RTAT) of 76 days after receipt of asset - Contractor must provide monthly throughput constraints - Price reductions apply for late repairs - MIL-STD packaging, government source inspection, and compliance with IUID and quality standards - Mandatory reporting in the Commercial Asset Visibility (CAV) system - Proof of authorized distributor status required - Unique/Notable Requirements: - Induction expiration date is 180 days after contract award - Only authorized repair sources will be considered - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA

Description

CONTACT INFORMATION 4 N711.13 BAM 771-229-0408 rachael.l.costanzo.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014) 1 ISO9001 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 COMBO N/A TO BE DETERMINED (TBD) N00104 TBD TBD W25G1U 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 X X 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. A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. C. 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. D. Only a firm-fixed (FFP), not-to-exceed (NTE) or estimated (EST) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. The Government is requesting a Repair Turnaround Time (RTAT) of: 76 days after receipt of asset. Repair Turnaround Time (RTAT) definition: 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 entry in the Commercial Asset Visibility (CAV) system. The contractor is required to report all transactions by the end of the fifth regular business day after receipt, and the Action Date entered in CAV must reflect the actual date of physical receipt. The contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: Contractor must provide a throughput constraint for each NSN(s). Total assets to be repaired monthly after initial delivery: __/month (contractor to fill in #). A throughput of "0" (zero) per month reflects no throughput constraint. Induction Expiration Date: 180 days after contract award date. Assets received after this date are not authorized for repair without bilateral agreement between the contractor and NAVSUP WSS Contracting Officer. H. IMPORTANT NOTE: Reconciliation Price Reduction: Any asset(s) for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month late. Excusable delays (e.g., Government Delay) will not result in a price reduction. If the delay is inexcusable, the Contracting Officer will implement a price reduction via a "Reconciliation Modification" at the end of the contract performance. 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: $____. I. Your quote MUST include the following information for justification purposes: Repair unit price __________ Total price__________ Repair Turnaround Time (RTAT) __________ days New unit price ___________ NOTE: If you are not quoting the Government's Requested Repair Turnaround Time (RTAT) or sooner, provide your company's capacity constraints below: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ 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 and determination of BR/BER, the contracting officer will negotiate a reduced contract price, not-to-exceed (NTE) $________ associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined based on: _________________________________________________________________ Award to CAGE:__ Inspection & Acceptance CAGE, if not the same as Award to CAGE: ___ Facility/Subcontractor CAGE (where the asset should be shipped to), if not same as Award to CAGE: ____ Facility/Subcontractor or Packaging Facility CAGE (where the asset will be shipped from), if not same as Award to CAGE: __ Cost breakdown requested, including profit rate (if feasible). Quote expiration date ____________________ (MIN of 90 Days is requested). Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CONVERTER, DIGITAL T. 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1

View original listing