Opportunity

SAM #N0010426QUB53

Repair and Modification of Motional Transducer Units for NAVSUP WSS Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 12, 2026

Respond By

June 11, 2026

Identifier

N0010426QUB53

NAICS

811219, 334515, 334511, 336419

NAVSUP Weapon Systems Support Mechanicsburg, part of the Department of the Navy, is seeking repair and modification services for Motional Transducer units. - Government Buyer: - NAVSUP Weapon Systems Support Mechanicsburg (Department of the Navy, Department of Defense) - OEMs/Manufacturers: - CAGE 99546 (part number PA4301-300-22677) - CAGE 07482 (part number L34320P08) - Products/Services Requested: - Repair and modification of 13 Motional Transducer units (NSN 7HE 6695 014747859) - Key Requirements: - Only authorized repair sources and distributors of the original manufacturer's item are eligible - MIL-STD packaging required - Government source inspection is mandatory - Compliance with Item Unique Identification (IUID) requirements (DFARS 252.211-7003) - Reporting through the Commercial Asset Visibility (CAV) system - Repair Turnaround Time (RTAT) of approximately 222 days after receipt of asset - Price reductions for late delivery unless delays are excusable - Induction expiration is 365 days after contract award

Description

CONTACT INFORMATION 4 N711.6 GR4 771-229-0400 leigh.e.catchings.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 Invoice and Receiving (combo) NA TBD N00104 TBD TBD See Schedule See Schedule NA NA TBD NA NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 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 LIST OF SOLICITATION ATTACHMENTS 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 NOM: Transducer, Motional; Qty. 13; NSN: 7HE 6695 014747859 Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to leigh.e.catchings.civ@us.navy.mil. B. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. C. 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. D. Only a firm-fixed (FFP), not-to-exceed (NTE) or estimated (EST) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. The Government is requesting a Repair Turnaround Time (RTAT) of: 222.095 days after receipt of asset. Repair Turnaround Time (RTAT) definition: 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 F-condition asset at the contractor's facility as reflected in the Action Date 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 receipt date. The contractor must obtain final inspection and acceptance by the Government within the RTATs. Freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: The contractor must provide a throughput constraint for each NSN. Total assets to be repaired monthly after initial delivery: _/month (fill in number). A throughput of "0" reflects no constraint. Induction Expiration Date: 365 days after contract award. Assets received after this date are not authorized for repair without bilateral agreement. H. IMPORTANT NOTE: Reconciliation Price Reduction: Assets not meeting RTAT will incur a price reduction per unit/month late. Excusable delays (e.g., Government Delay) are exempt. The contractor must specify the price reduction amount per unit/month, up to a maximum of: $_______ (fill in amount). I. Your quote must include: Repair unit price _____________ Total price__________ RTAT __________ days New unit price ___________ Note: If not quoting the requested RTAT or sooner, provide capacity constraints below: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ - T&E fee/price (if asset is BR/BER): Documentation of costs incurred during evaluation may lead to negotiated price reduction, not to exceed $_____. - T&E fee determination basis: ______________________________________________________________ - Award to CAGE:__ - Inspection & Acceptance CAGE: ___ - Facility/Subcontractor CAGE (shipping destination): ____ - Facility/Subcontractor or Packaging Facility CAGE (shipping origin): __ - Cost breakdown including profit rate (if feasible). - Quote expiration date: ____________________ (minimum 90 days). - Delivery Vehicle (if applicable): ______________ IMPORTANT NOTE: Price reductions due to late RTAT are as described above, with exceptions for delays deemed excusable. 1. SCOPE 1.1 This contract contains requirements for repair and quality standards for the TRANSDUCER, MOTIONAL. 2. APPLICABLE DOCUMENTS 2.1 The listed documents form part of this contract, including modifications. 2.1.1 Obtain documents from the Department of Defense Single Stock Point (DODSSP) at http://www.dsp.dla.mil/. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The TRANSDUCER, MOTIONAL shall meet operational and functional requirements as per listed Cage Codes and reference numbers. Repair work shall follow contractor standards, manuals, and directives. CAGE_Ref. No. 99546 PA4301-300-22677 07482 L34320P08 3.2 Marking - Item shall be identified 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. Use specified codes for change types. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - The contractor is responsible for inspection, which may be performed by the government if necessary. 4.2 Responsibility for Compliance - All items must meet contract requirements. Inspection requirements are part of the contractor’s quality system. 4.3 Records - Inspection records shall be kept for 365 days after final delivery. 4.4 Inspection/Testing Repaired Items - The contractor shall perform all inspection and testing as per original specifications. 5. PACKAGING 5.1 Preservation, Packaging, Packing, and Marking shall follow the schedule and MIL-STD 2073. 6. NOTES 6.1 Ordering Information - Obtain specifications and standards from DODSSP or other specified sources. 6.2 Distribution Statements - Documents must include a distribution statement per OPNAVINST 5510.1, with codes from A to X indicating distribution limits. 6.3 Notice to Distributors/Offerors - Only authorized distributors of the original manufacturer’s item are eligible for award. Proof of authorization must be provided. Additional Links: See Solicitation N0010426QUB53

View original listing