Opportunity

SAM #N0010426QSC90

Navy Solicits Repair Services for Communication Modem (CC32153-001)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 14, 2026

Respond By

May 29, 2026

Identifier

N0010426QSC90

NAICS

334290, 811213, 811219

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a Communication Modem used by the Department of the Navy. - Government Buyer: - Department of the Navy, Naval Supply Systems Command (NAVSUP), Weapon Systems Support Mechanicsburg - OEMs and Vendors: - Original Equipment Manufacturer identified by CAGE code 982P6 (no specific company name provided) - Only authorized distributors of the OEM are eligible for award - Products/Services Requested: - Repair service for Communication Modem - Part number: CC32153-001 - CAGE code: 982P6 - Must meet operational and functional requirements as specified by the part number - Repair Turnaround Time (RTAT): 75 days from asset receipt to acceptance - Government Source Inspection (GSI) required - Packaging must comply with MIL-STD 2073; marking must comply with MIL-STD-130 - Option for increased quantity included - Compliance with cybersecurity and quality assurance standards required - Unique/Notable Requirements: - Only authorized distributors of the OEM may compete - Contract is for repair, not new supply - Bilateral contract requiring contractor's signed acceptance - Strict military packaging and marking standards - Government Source Inspection and 75-day RTAT are mandatory

Description

CONTACT INFORMATION 4 N7M3.14 EPA 771-229-0478 XAVIER.A.KELLAM.CIV@US.NAVY.MIL ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 INSPECTION AND ACCEPTANCE OF SUPPLIES 26 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 COMBO N/A TO BE DETERMINED (TBD) N00104 TBD TBD SEE SCHEDULE TBD TBD NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER 3 NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18) 1 WSS MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 XAVIER.A.KELLAM.CIV@US.NAVY.MIL NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025) 1 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026) 2 OPTION FOR INCREASED QUANTITY (MAR 1989) 1 365 DAYS ARO CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015) 1 SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026) 7 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 Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. If your company has a Basic Ordering Agreement (BOA) for the items under this solicitation, the following applies to this solicitation and the resultant contract: This solicitation N0010426QSC90 is issued under and pursuant to the provisions of the Basic Ordering Agreement (BOA). The terms and conditions of the Agreement are hereby incorporated by reference and, except as provided herein by this order, remain in full force and effect. If any conflict arises in the terms of this solicitation N0010426QSC90 order versus the terms in the BOA, the terms of the BOA shall apply. 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: 75 Days 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 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 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. 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/computed 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:____ IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. Excusable delays (e.g., Government Delay) will not result in a price reduction. If a price reduction is due to unexcusable delay, the Contracting Officer will implement it via a "reconciliation modification" at the end of the contract performance. Price reductions shall not limit other remedies, including termination for default. In reference to the above, the contractor provides the following price reduction amount per unit per month the RTAT is not met: $____, up to a maximum of: $___. OPTION QUANTITY The Government may add an option quantity to the contract. The quantity of supplies can be increased at the unit price specified. The Contracting Officer may exercise the option by written notice within FAR 52.217-6 timeframe. Delivery of added items shall continue at the same rate unless otherwise agreed. Pricing for the option quantity: Price Each: $__________ 1. SCOPE 1.1 This contract/purchase order contains requirements for repair and quality standards for the MODEM, COMMUNICATION. 2. APPLICABLE DOCUMENTS 2.1 The listed documents form part of this contract, including modifications. Obtain

View original listing