Opportunity
SAM #N0010426QLB88
Navy Solicitation for Repair of Valve, Regulating, FL (CAGE 53154, Ref. 506-4006)
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 14, 2026
Respond By
June 15, 2026
Identifier
N0010426QLB88
NAICS
332919, 332911, 811310
NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a specific valve component used by the Navy: - Government Buyer: - Department of the Navy, Naval Supply Systems Command (NAVSUP), Weapon Systems Support Mechanicsburg (WSS MECH) - OEMs and Vendors: - No specific OEM named, but the item is associated with CAGE code 53154 - Only authorized distributors of the original manufacturer's item are eligible; proof of authorization is required - Products/Services Requested: - Repair services for "VALVE, REGULATING, FL" - Reference Number: 506-4006 - CAGE Code: 53154 - All repairs must meet operational and functional requirements per the referenced CAGE and part number - Repairs must follow contractor's approved repair standards, manuals, and directives - Government Source Inspection (GSI) is required - Repair Turnaround Time (RTAT) must not exceed 363 days - Unique/Notable Requirements: - Solicitation issued under Emergency Acquisition Flexibilities (EAF) - Accelerated delivery is encouraged - Only authorized distributors of the OEM's item will be considered; proof of authorization is mandatory - No specific place of performance stated, but contracting office is at NAVSUP WSS Mechanicsburg, PA
Description
CONTACT INFORMATION 4 N713.26 HKA (771) 229-1473 JOSEPH.D.WEAVER22.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 & RECEIVING TBD N00104 TBD TBD SEE SCHEDULE TBD TBD 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 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 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: 363 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 Check one: Firm-fixed-Price ___ Estimated ___ NTE 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 the 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 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. 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 of costs incurred during evaluation, the contracting officer will negotiate a reduced contract price, not to exceed $_____, reflecting the BR status. 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): ____ IOT Compare Repair Price to Price to Buy New New unit price: ____ New unit delivery lead-time: _______ 1. Scope 1.1 This contract/purchase order contains the requirements for repair and the quality requirements for the VALVE, REGULATING, FL. 2. Applicable Documents 2.1 The documents listed below form part of this contract, including modifications or exclusions. 2.1.1 The