Opportunity
SAM #N0010426QQB54
Repair and Upgrade Services for Navy Circuit Card Assemblies
Buyer
NAVSUP Weapon Systems Support (WSS) Mechanicsburg
Posted
May 14, 2026
Respond By
May 21, 2026
Identifier
N0010426QQB54
NAICS
334412, 811210, 811219
NAVSUP Weapon Systems Support Mechanicsburg is seeking repair and upgrade services for specialized Circuit Card Assemblies used by the Department of the Navy. - Government Buyer: - Department of Defense, Department of the Navy - NAVSUP Weapon Systems Support Mechanicsburg (Mechanicsburg, PA) - Products/Services Requested: - Repair and possible upgrade of Circuit Card Assemblies - Part numbers: 3161046-101 (upgradeable to 3161046-103), 3161046-201, 3161046-103 - Services must include: - Government source inspection - MIL-STD-130 marking compliance - Packaging per MIL-STD 2073 - Reporting in the Commercial Asset Visibility (CAV) system - Repair Turnaround Time (RTAT) of 250 days after receipt of asset - Price reduction penalties for late delivery - OEMs and Vendors: - Only authorized distributors of the original manufacturer are eligible (OEM not named, but CAGE codes referenced) - Unique/Notable Requirements: - Strict compliance with military standards for marking and packaging - Mandatory government inspection and asset visibility reporting - Option quantities may be added to the contract
Description
CONTACT INFORMATION 4 | N7M2.9 | EAV | 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 | 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: 250 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 the 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 receipt date. 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, the previous NSN. If previously sold to another activity or in the marketplace, a copy of your invoice (redacted acceptable). If pricing differs from historical pricing, the basis of your company's pricing. Testing and Evaluation if beyond repair: T&E fee/price if asset is BR/BER: If an item is BR, and documentation shows costs incurred, the contracting officer will negotiate a reduced price, not to exceed $_____. The T&E fee was determined based on:______________________________. Awardee info & performance location: Awardee CAGE: ____ Inspection & Acceptance CAGE (if different): ____ Facility/Subcontractor CAGE (if different):____ Compare repair price to buy new: New unit price:____ New unit delivery lead-time:____ The government may add an option quantity to the contract, which may increase the quantity at the specified unit price. The Contracting Officer may exercise this option via written notice within the FAR 52.217-6 period. Delivery of added items will continue at the same rate unless otherwise agreed. 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 provides the following price reduction amount per unit per month: $____, up to a maximum of: $______. 1. Scope This contract contains requirements for repair and quality standards for the CIRCUIT CARD ASSEMB. Part number 3161046-101 can be repaired/upgraded to 3161046-103 upon turn-in. 2. Applicable Documents The listed documents form part of this contract, including modifications or exclusions. They must be obtained by the contractor, with ordering info included as an attachment. 3. Requirements Items shall meet operational and functional requirements as per the Cage Code(s) and reference numbers listed. All repair work shall follow the contractor’s standards, manuals, and directives, including drawings, technical orders, and approved repair standards. CAGERef. No. 914173161046-201, 3161046-103 Marking This item shall be identified according to MIL-STD-130, REV N, 16 NOV 2012. Design Changes, Material, or Part Number Changes require notification and approval from NAVICP-MECH Contracting Officer, with documentation explaining reasons for change. Changes are classified by codes 1-6, indicating the type of change. 4. Quality Assurance Responsibility for inspection lies with the contractor, who may use suitable facilities unless disapproved by the government. 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 info for documents is available via the DODSSP website. Cancelled documents can be requested in paper form. Other specifications and standards may be obtained from publishers or specific offices listed. Requests for classified documents must include the government contract number and be submitted through the appropriate channels. Distribution statements are required on all documents, with codes A through X indicating the level of distribution authorized. Distributors or offerors must provide proof of authorization to be considered for award, on company letterhead signed by a responsible official. Additional Links: See Solicitation N0010426QQB54