Opportunity

SAM #N0010426QLB83

Repair and Modification of Navy Valve with Actuator (CAGE 0NB72)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 11, 2026

Respond By

June 08, 2026

Identifier

N0010426QLB83

NAICS

811310, 332919

NAVSUP Weapon Systems Support Mechanicsburg is seeking specialized repair and modification services for a critical Valve with Actuator used in Navy systems. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEMs and Vendors: - Original manufacturer identified by CAGE code 0NB72 (no specific company name provided) - Only authorized distributors of the OEM's item are eligible - Products/Services Requested: - Repair and modification of Valve with Actuator - Part number: RJB-001/MK75-NAVY/GSX/300301DFMCO2138XT42016 - Must meet operational and functional requirements as specified by the referenced CAGE code and part number - Unique or Notable Requirements: - All repair work must follow contractor and government-approved technical procedures - Government Source Inspection (GSI) is mandatory - Accelerated delivery is encouraged - Commercial Asset Visibility (CAV) reporting required - MIL-STD-130 marking and MIL-STD-2073 packaging standards must be met - Procurement is under Emergency Acquisition Flexibilities (EAF/SEPA) - Only authorized distributors of the original manufacturer's item will be considered

Description

CONTACT INFORMATION 4 N713.30 GLS 7712290428 JOSHUA.J.ESHLEMAN.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 REPORT TBD N00104 TBD TBD SEE SCHEDULE TBD MONETARY LIMITATION REPAIR PURCHASE ORDERS 1 _________ NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 WSS FIRM FIXED PRICE REPAIR PURCHASE ORDERS 1 _____ MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 POST-AWARD COORDINATOR 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 This procurement action is issued pursuant to Emergency Acquisition Flexibilities (EAF/SEPA) IAW FAR 13.201(g) and FAR Subpart 18.2. CASREP CASREP: ACCELERATED DELIVERY IS ENCOURAGED AND ACCEPTED AT NO ADDITIONAL COST TO GOVERNMENT. If your company has a Basic Ordering Agreement (BOA) for the items under this solicitation, the following applies to this solicitation and the resultant contract: This solicitation “resultant order” is issued under and pursuant to the provisions of the Basic Ordering Agreement (BOA). The terms and conditions of the Agreement are hereby incorporated by reference and, except as provided herein by this order, remain in full force and effect. If any conflict arises in the terms of this solicitation “resultant order” versus the terms in the BOA, the terms of the BOA shall apply. 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: __ Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. 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 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 in the Commercial Asset Visibility (CAV) system. The contractor must report all transactions by the end of the fifth regular business day after receipt, and the Action Date in CAV must reflect the actual date of physical receipt. The contractor must obtain final inspection and acceptance by the Government within the RTATs established in this contract. Check one: Firm-fixed-Price __ Estimated ___ 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): 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:____ IMPORTANT NOTE: Any assets for which the contractor does not meet the required RTAT will incur a price reduction of $____ per unit per month. This will be implemented via a Reconciliation Modification at the end of contract performance. Price reductions do not limit other remedies, including termination for default. Reconciliation A reconciliation modification will be issued after final inspection and acceptance of all assets. The parties have agreed on a price (shown on the schedule page) for each unit at the negotiated RTAT. If the contractor does not meet the RTAT, the price adjustment applies. The following applies to this purchase order: If you do not receive the material within 30 days of the contract date, contact the Contract Specialist at joshua.j.eshleman.civ@us.navy.mil or call (771)229-0428. CAV reporting is required. The contractor will perform CAV using the defined process. Upon receipt of the "F" condition and asset induction, evaluation should begin immediately. If an asset is beyond repair, written notification from DCMA Quality Assurance must accompany the price quote. Disposition instructions will be provided via a contract modification, in accordance with DFARS 252.245-7005. Final price definitization is delegated to the PCO and executed via modification. DCMA will inspect and accept all units before shipment; failure to do so may delay payment. All transportation is handled by the US Navy. Contractor shall contact the ATAC program for pick-up services at 877-846-8728 or 866-215-3084. Email questions to ATACCustomerService@navy.mil. NAVSUPWSS POC: joshua.j.eshleman.civ@us.navy.mil 1. Scope This contract contains the requirements for repair and quality standards for the VALVE W/ACTUATOR. 2. Applicable Documents The listed documents form part of this contract, including modifications or exclusions. They must be obtained by the contractor. 3. Requirements Items must meet operational and functional requirements as per the Cage Code(s) and reference number(s). All repair work shall follow the contractor's standards, manuals, and directives. CAGERef. No. 0NB72RJB-001/MK75-NAVY/GSX/300301DFMCO2138XT42016 Marking This item shall be identified according to MIL-STD-130, REV N, 16 NOV 2012. Design Changes Changes in design, material, or part number require notification and approval from NAVICP-MECH Contracting Officer, with documentation explaining the reason for change. Changes are classified by codes 1-6, indicating the nature of the change. 4. Quality Assurance Inspection Responsibility The contractor is responsible for all inspections, which may be performed by the government to ensure compliance. Compliance Responsibility All items must meet contract requirements. The contractor's inspection system must include all products submitted for acceptance. Records Inspection records shall be maintained for 365 days after final delivery. Testing The contractor shall perform all inspection and testing as per original specifications. 5. Packaging Preservation, packaging, packing, and marking shall follow the schedule and MIL-STD 2073. 6. Notes Document References Information for obtaining specifications and standards is available at DODSSP website. Details on document availability, ordering procedures, and specific standards are provided. Distribution Statements Documents must include a

View original listing