Opportunity

SAM #N0010426QDA97

Repair and Modification Services for Electronic Module (NAVSUP WSS Mechanicsburg)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 07, 2026

Respond By

June 08, 2026

Identifier

N0010426QDA97

NAICS

334419, 811210, 811219

NAVSUP Weapon Systems Support Mechanicsburg, part of the Department of the Navy, is seeking repair and modification services for a specific Electronic Module. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy, Department of Defense) - OEMs and Vendors: - No specific OEM named; only authorized distributors of the original manufacturer's item (referenced by CAGE code 53711) are eligible - Products/Services Requested: - Repair and modification of MODULE, ELECTRONIC, D - Reference Number: 5616345 - CAGE Code: 53711 - Service includes compliance with operational and functional requirements - Quantity: Not specified - Unique or Notable Requirements: - Only authorized distributors of the original manufacturer's item may be considered - Government source inspection required - Compliance with MIL-STD-130 marking and MIL-STD 2073 packaging - Repair turnaround time (RTAT) of 76 days from asset return to acceptance - Accurate reporting in the Commercial Asset Visibility (CAV) system - Strict quality assurance and marking standards - Government inspection and acceptance required

Description

CONTACT INFORMATION 4 N712.28 AE7 (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) 2X 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: 76 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. 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 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 (NTE) $_____. 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: _______ NOTE: All REPAIR AWARDS will be pre-populated with the following Award Remarks: RTAT, Throughput Constraint, and Induction Expiration Date are defined as follows: RTAT: Repair turn-around time from induction start to end date (days). Throughput Constraint: Total assets to be repaired monthly after initial delivery. A value of 0000/month indicates no constraint. Induction Expiration Date: Assets received after this date in days are not authorized to be repaired without bilateral agreement. SUBCLIN Remarks (pre-populated): RTAT=0000 Throughput Constraint=0000/month Induction Expiration Date=000 (NTE 365 days) Any questions should be directed to the POC for this solicitation. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the quality requirements for the MODULE, ELECTRONIC, D. 2. APPLICABLE DOCUMENTS 2.1 The document(s) listed below form part of this contract, including modifications or exclusions. 2.1.1

View original listing