Opportunity

SAM #N0010426QTB30

Repair Services for Navy Circuit Card Assembly (CAGE 8X691, PN 00172300-03)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 07, 2026

Respond By

May 18, 2026

Identifier

N0010426QTB30

NAICS

334412, 811210, 811219

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair 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 8X691 (manufacturer of the Circuit Card Assembly) - Products/Services Requested: - Repair service for Circuit Card Assembly - Part number: 00172300-03 - CAGE code: 8X691 - All repairs must meet operational and functional requirements as specified by the OEM - Notable Requirements: - Government Source Inspection (GSI) is mandatory - Repair Turnaround Time (RTAT) must not exceed 104 days - Compliance with MIL-STD-130 (marking) and MIL-STD-2073 (packaging) is required - Proof of authorized distributor status is necessary for award consideration - Price reductions apply if RTAT is not met - The contract may include option quantities - Place of Performance/Delivery: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA

Description

CONTACT INFORMATION 4 N771.6 EPC 771-229-0383 valentino.p.arena.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 TBD TBD 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 valentino.p.arena.civ@us.navy.mil NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025) 1 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015) 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 x x x 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. 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: 104 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 o Unit Price:_______ o Total Price:____ o 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 physical receipt of the asset at the contractor's facility as reflected in the Action Date in the 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 T&E fee/price (if asset is determined BR/BER): 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:____ IMPORTANT NOTE: Any asset for which the contractor does not meet the RTAT will incur a price reduction per unit/month late. Excusable delays (e.g., Government Delay) will not result in a reduction. If a reduction is due to unexcusable delay, it will be implemented via a "reconciliation modification" at the end of the contract. Price reductions shall not limit other remedies, including termination for default. Contractor provides the following price reduction amount per unit per month the RTAT is not met: $____, up to a maximum of: $______. The Government may add an option quantity to the contract. The quantity may be increased at the unit price specified, exercised by written notice within the FAR 52.217-6 or 52.217-7 period. Delivery of added items continues at the same rate unless otherwise agreed. 1. SCOPE 1.1 This contract/purchase order contains requirements for repair and quality standards for the CIRCUIT CARD ASSEMB. 2. APPLICABLE DOCUMENTS 2.1 The listed documents form part of this contract, including modifications. Obtain

View original listing