Opportunity

SAM #N0010426QDA96

Repair and Modification of Circuit Card Assembly for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 07, 2026

Respond By

June 08, 2026

Identifier

N0010426QDA96

NAICS

811219, 811210, 334418, 334412

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair and modification services for a specific Circuit Card Assembly used by the Department of the Navy. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy) - OEMs and Vendors: - CAGE code 05606 (original manufacturer referenced; specific OEM name not provided) - Only authorized distributors of the OEM's item are eligible; proof of authorization required - Products/Services Requested: - Repair and modification of Circuit Card Assembly - Part number: 2910427 - CAGE code: 05606 - Quantity: Not specified - Service includes compliance with operational and functional requirements, technical standards, and government-approved procedures - Unique/Notable Requirements: - Repair Turnaround Time (RTAT) of 700 days from asset return to acceptance - Government Source Inspection (GSI) required - Adherence to military marking, packaging, and quality assurance standards - Only authorized distributors of the OEM's item will be considered - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA

Description

CONTACT INFORMATION 4 N712.28 AE4 (771) 229-0452 sarah.r.haley2.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 TBD N00104 TBD TBD SEE SCHEDULE SEE SCHEDULE SEE SCHEDULE TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026) 2 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEV 2026-O0037)(FEB 2026) 1 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 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 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: 700 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 in CAV must reflect the actual receipt date. The contractor must obtain final inspection and acceptance by the Government within the RTATs established. 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 Teardown & Evaluation fee/price (if asset is BR/BER): If an item is BR and documentation shows costs incurred, the contracting officer will negotiate a reduced price, not to exceed $_____. The T&E fee (if asset is BR/BER) was based on:________________________________. Awardee Info & Performance Location Awardee CAGE: ____ Inspection & Acceptance CAGE (if different): ____ Facility/Subcontractor CAGE (if different):____ IOT Compare Repair Price to Price to Buy New New unit price: ____ New unit delivery lead-time: _______ Note: All repair awards will include remarks about RTAT, throughput constraint, and induction expiration date, as defined in SUBCLIN remarks: RTAT: Repair turnaround time from induction start to end (days). Throughput Constraint: Total assets to be repaired monthly after initial delivery. 0000/month indicates no constraint. Induction Expiration Date: Assets received after this date (in days) are not authorized for repair without bilateral agreement. The default is 000 (NTE 365 days). Questions should be directed to the POC for this solicitation. 1. Scope 1.1 This contract/purchase order covers repair requirements and quality standards for the CIRCUIT CARD ASSEMB. 2. Applicable Documents 2.1 These documents form part of this contract, including modifications or exclusions. 2.1.1 The listed documents must be obtained by the contractor. Ordering info is attached. 3. Requirements 3.1 Cage Code/Reference Number Items - The CIRCUIT CARD ASSEMB shall meet operational and functional requirements as per listed Cage Codes and reference numbers. Repairs must follow contractor standards, manuals, and directives, including drawings, technical orders, and approved repair standards. CAGERef. No. 056062910427 3.2 Marking - Items shall be marked per MIL-STD-130, REV N, 16 NOV 2012. 3.3 Changes in Design, Material, or Part Number - Changes require notification and approval from NAVICP-MECH Contracting Officer, with documentation explaining reasons for changes. Various codes (1-6) specify the type of change. 4. Quality Assurance 4.1 Responsibility for Inspection - The contractor is responsible for all inspections, which may be performed by the government if necessary. 4.2 Responsibility for Compliance - All items must meet contract requirements. Inspection records must be kept for 365 days after final delivery. 4.3 Records - Inspection records shall be complete and available to the government during and after performance. 4.4 Inspection/Testing Repaired Items - The contractor shall perform all inspection and testing as per original specifications and drawings. 5. Packaging 5.1 Preservation, Packaging, Packing, and Marking shall follow the Contract Schedule and MIL-STD 2073. 6. Notes 6.1 Document References - The DODSSP website provides product info for specifications, standards, and other documents. Requests for canceled documents, and details on obtaining various standards, are provided. 6.2 Distribution Statements - Documents from the U.S. Navy include a distribution statement indicating the limits of distribution and safeguarding, with codes A through X explaining the level of access. 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 offers. Additional Links: See Solicitation N0010426QDA96

View original listing