Opportunity

SAM #N0010426QQB55

Repair services for PP-8544A/USR POWER unit for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 14, 2026

Respond By

May 21, 2026

Identifier

N0010426QQB55

NAICS

335931, 811210, 811219

NAVSUP Weapon Systems Support Mechanicsburg is requesting repair services for the PP-8544A/USR POWER unit. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg - OEM and Vendor Details: - Original Equipment Manufacturer (OEM) associated with CAGE code 29019 - Part number: GRSLPFC11-3K60-115-120-5U-11640 - Only authorized distributors of the OEM's item are eligible - Products/Services Requested: - Repair service for PP-8544A/USR POWER unit - Item must meet OEM operational and functional requirements - Government Source Inspection (GSI) required - Compliance with Commercial Asset Visibility (CAV) reporting - Unique Requirements: - Repair Turnaround Time (RTAT) specified by contract - MIL-STD-130 marking and MIL-STD 2073 packaging standards - Option quantity may be added to the contract

Description

CONTACT INFORMATION 4 N7M2.9 EAF SEE EMAIL JACOB.T.DAVIS18.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 COMBINATION INVOICE AND RECEIVING TO BE DETERMINED (TBD) N00104 TBD TBD SEE SCHEDULE SEE SCHEDULE 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 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 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 signed acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 83 DARO. 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 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. Check one: Firm-fixed-Price __ Estimated ___ Not-to Exceed (NTE): Return Material Authorization # (RMA), if applicable:____ Delivery Vehicle (if Delivery Order requested):____________ IF ITEM NOT PREVIOUSLY PURCHASED BY NAVSUP WSS - or - PRICES INCREASED Provide the NSN of a similar item or, if current NSN is an upgrade part, provide the previous NSN. If previously sold to another buying activity or in the commercial marketplace, provide a copy of your company's invoice (redacted versions are acceptable). If pricing is not in line with historical pricing, provide the basis of your company's pricing. 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) $________ associated with the repair effort 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 (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:____ The Government may add an option quantity to the contract. The Government may increase the quantity at the unit price specified. The Contracting Officer may exercise the option by written notice within the FAR 52.217-6 period. Delivery of added items shall continue at the same rate unless otherwise agreed. IMPORTANT: 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. The price reduction will be implemented via a "reconciliation modification" at the end of the contract. Price reductions shall not limit other remedies, including termination for default. The contractor provides the following price reduction amount per unit per month for RTAT non-compliance: $____, up to a maximum of: $______. 1. SCOPE This contract contains the requirements for repair and quality standards for the PP-8544A/USR POWER. 2. APPLICABLE DOCUMENTS The listed documents form part of this contract, including modifications. Obtain the documents as specified. 3. REQUIREMENTS The repaired 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. 29019GRSLPFC11-3K60-115-120-5U-11640 Marking shall comply with MIL-STD-130, REV N, 16 NOV 2012. Changes in design, material, or part number require notification and approval from NAVICP-MECH Contracting Officer, with detailed explanation and drawings if applicable. Changes are classified by codes 1-6 as specified. 4. QUALITY ASSURANCE Responsibility for inspection lies with the contractor unless otherwise specified. The contractor may use suitable facilities, and the government reserves the right to inspect. All items must meet contract requirements, and records of inspection shall be kept for 365 days after final delivery. 5. PACKAGING Preservation, packaging, packing, and marking shall follow the schedule and MIL-STD 2073. 6. NOTES Ordering information for documents is available at the DODSSP website. Details on document availability, standards, and ordering procedures are provided, including special instructions for classified and special documents. Distribution statements are required on all documents per OPNAVINST 5510.1, with codes A-X indicating the level of distribution authorized. Distributors must provide proof of authorization to be considered for award. Additional Links: See Solicitation N0010426QQB55

View original listing