Opportunity

SAM #N0010426QYA8Z

Valve Assembly Repair Solicitation for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 07, 2026

Respond By

June 05, 2026

Identifier

N0010426QYA8Z

NAICS

332919, 332911

NAVSUP Weapon Systems Support Mechanicsburg is requesting repair services for a Valve Assembly used in Navy submarines and surface ships. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg - OEM and Vendor Details: - Original Equipment Manufacturer identified by CAGE code 78062 - Part number: 20863-001 - Only authorized distributors of the OEM will be considered; proof of authorization required - Products/Services Requested: - Repair of Valve Assembly (part number 20863-001) - Service must meet OEM operational and functional standards - Unique/Notable Requirements: - Government Source Inspection (GSI) required - Compliance with MIL-STD-130 marking - Strict mercury-free material requirement due to use on submarines and surface ships - Contract issued bilaterally; written contractor acceptance required - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, PA

Description

CONTACT INFORMATION 4 | N741.6 | GDH | N/A | TYREESE.SMITH@NAVY.MIL ITEMS AND DOCUMENTS 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 - HQ0339 | N00104 | TBD | TBD | W25G1U | 78062 NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) - 1 | WSS MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE - 1 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (DEV 2026-O0040) (FEB 2026) - 4 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 | X All freight is FOB Origin. Any resulting contract will be in accordance with the terms and conditions of the Basic Ordering Agreement #N0010424GZ901. The resultant award of this REPAIR solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government Source Inspection (GSI) is required. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price: _______ Total Price: ____ PLEASE ATTACH INFORMAL COST BREAKDOWN, IF APPLICABLE: ____ Repair Turnaround Time (RTAT): ____ days Repair Turnaround Time (RTAT): The contractual delivery requirement is measured from asset return to the date of asset acceptance under the contract terms. 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 receipt date. The contractor must obtain final inspection and acceptance by the government within the RTATs established. Return Material Authorization # (RMA), if applicable: _______ AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: ____ Inspection & Acceptance CAGE (if different): ____ Facility/Subcontractor CAGE (if different): _______ 1. Scope This contract/purchase order contains the requirements for repair and the contract quality requirements for the VALVE, ASSEMBLY. 2. Applicable Documents The listed documents form part of this contract, including modifications or exclusions. The documents must be obtained by the contractor, with ordering info included as an attachment. 3. Requirements 3.1 Cage Code/Reference Number Items The VALVE, ASSEMBLY repaired under this contract shall meet operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall follow the contractor’s repair/overhaul standards, manuals, and directives, including drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards, and other approved documents. CAGE: 78062 | Ref. No.: 20863-001 3.2 Marking This item shall be identified in accordance with MIL-STD-130, REV N, 16 NOV 2012. 3.3 Changes in Design, Material, or Part Number No substitution shall be made until the NAVICP-MECH Contracting Officer has approved a change order, except for Code 1 changes which involve only part number changes where parts are identical. The contractor must provide drawings and explanations for any substitutions or replacements, indicating the reason and code number. 3.4 Mercury Free The material supplied shall contain no metallic mercury and be free from mercury contamination. If mercury is required, written approval from the Procurement Contracting Officer must be obtained beforehand. The contractor shall provide a warning plate if mercury is a functional part of the item. Use of mercury in a manner that could cause contamination is prohibited. External contamination can be tested by enclosing the equipment in a polyethylene bag for eight hours and sampling the air for mercury vapor. The contractor shall ensure subcontractor compliance with these requirements. 4. Quality Assurance 4.1 Responsibility for Inspection The contractor is responsible for all inspection requirements unless otherwise specified. The government reserves the right to perform inspections to ensure compliance. 4.2 Responsibility for Compliance All items must meet contract requirements. Inspection records shall be kept complete and available for 365 days after final delivery. 4.3 Records Records of inspection work shall be maintained and accessible to the government during and after the contract period. 4.4 Inspection/Testing Repaired Items The contractor shall perform all inspection and testing as per the original specifications and drawings. 5. Packaging 5.1 Preservation, Packaging, Packing, and Marking 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, data descriptions, and other products. Most specifications can be obtained from http://quicksearch.dla.mil/. 6.2 Distribution Statements Documents from the U.S. Navy must include a distribution statement indicating the limits of distribution and safeguarding. The codes range from A (public release) to X (export controlled). The full list and definitions are provided in the original text. 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 the offer. Additional Links: See Solicitation N0010426QYA8Z

View original listing