Opportunity

SAM #N0010426QLB90

Repair Services for CIRCUIT BRKR,1600AF for NAVSUP Weapon Systems Support Mechanicsburg

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 14, 2026

Respond By

June 08, 2026

Identifier

N0010426QLB90

NAICS

335313, 811219

NAVSUP Weapon Systems Support Mechanicsburg is seeking repair services for a CIRCUIT BRKR,1600AF for Navy systems. - Government Buyer: - Department of Defense, Department of the Navy, NAVSUP Weapon Systems Support Mechanicsburg - OEM and Vendor Details: - OEM referenced by CAGE code 56365 (likely ABB, Inc.) - Only authorized distributors of the original manufacturer are eligible; proof of authorization required - Products/Services Requested: - Repair service for CIRCUIT BRKR,1600AF - Part number: ABSNVR-NT16B-02 - Quantity: Not specified; option quantity may be added - Notable Requirements: - Repairs must meet OEM operational and functional requirements - Repair Turnaround Time (RTAT) of 40 days from asset receipt to acceptance - Government source inspection required - Marking and packaging must comply with MIL-STD-130 and MIL-STD 2073 - All work must follow contractor's standard practices, manuals, directives, and government-approved documents

Description

CONTACT INFORMATION 4 N713.26 HQA (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 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 OPTION FOR INCREASED QUANTITY (MAR 1989) 1 365 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 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 written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 40 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 physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry 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 date of physical receipt. The contractor must obtain final inspection and acceptance by the Government for all assets 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 that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed $_____, 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:____ The Government may add an option quantity to the contract. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice within the timeframe specified in FAR 52.217-6. Delivery of the added items shall continue at the same rate unless otherwise agreed. Yes___ No______ 1. Scope 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CIRCUIT BRKR,1600AF. 2. Applicable Documents 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1

View original listing