Opportunity

SAM #N0010426QLB84

Repair Services for MOTOR, ALTERNATING C for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 11, 2026

Respond By

June 08, 2026

Identifier

N0010426QLB84

NAICS

335312, 811310, 811210, 811219

NAVSUP Weapon Systems Support Mechanicsburg is requesting repair services for a MOTOR, ALTERNATING C used in Navy operations. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg (NAVSUP WSS MECH) - OEMs and Vendors: - Cage Code 3SDB5 referenced (manufacturer identity tied to this code) - Only authorized distributors of the original manufacturer are eligible - Products/Services Requested: - Repair services for MOTOR, ALTERNATING C - Reference Number: 5K182NK20264 - Part Number: 5K182NK20264 - Quantity: Not specified - Unique/Notable Requirements: - Repair Turnaround Time (RTAT) of 135 days - Government source inspection required - Compliance with MIL-STD-130 marking standards - Asset transaction reporting in Commercial Asset Visibility (CAV) system - Accelerated delivery may be required - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA - The procurement is strictly for repair, not new purchase.

Description

CONTACT INFORMATION 4 N713.36 HRB 771-229-0926 carlos.f.vega-cortez.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 NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 WSS MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 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 This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). CASREP: Accelerated delivery is encouraged and accepted at no additional cost to the government. 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: 135 DAYS 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 RTAT or earlier, provide your company’s capacity constraints: ______________________________________________________________ ___________________________________________________________ _____________________________________________________________ Repair Turnaround Time (RTAT) 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 entry in the Commercial Asset Visibility (CAV) system. The contractor is required to report all transactions by the end of the fifth 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 $_____, to reflect the BR status of the equipment. 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 (if not same as awardee CAGE): ____ 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 per month late. Excusable delays (e.g., government delay) will not result in a reduction. The contractor shall provide the amount of price reduction per unit per month, up to a maximum of: $_______. 1. Scope 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the MOTOR, ALTERNATING C. 2. Applicable Documents 2.1 The documents listed below form part of this contract, including modifications or exclusions: 2.1.1

View original listing