Opportunity

SAM #N0010426QTB35

Repair Services Solicitation for VCSB-4 PCB (NAVSUP Weapon Systems Support Mechanicsburg)

Buyer

NAVSUP Weapon Systems Support (WSS) Mechanicsburg

Posted

May 15, 2026

Respond By

May 26, 2026

Identifier

N0010426QTB35

NAICS

334412, 811219

NAVSUP Weapon Systems Support Mechanicsburg is requesting repair services for the VCSB-4 PCB, focusing on operational readiness and compliance. - Government Buyer: - Department of the Navy - Naval Supply Systems Command (NAVSUP) Weapon Systems Support Mechanicsburg - OEM and Vendor Details: - OEM part number: PC02021-01-C - CAGE code: 0M4E9 - Only authorized distributors of the original manufacturer are eligible; proof of authorization required - Products/Services Requested: - Repair services for VCSB-4 PCB (not new manufacture) - Compliance with operational and functional requirements as specified by part number and CAGE code - Unique/Notable Requirements: - Government Source Inspection (GSI) is mandatory - Repair Turnaround Time (RTAT) of 119 days - Strict adherence to technical documentation, packaging, and marking standards - Work must follow contractor's approved repair standards and government directives - Place of Performance: - NAVSUP Weapon Systems Support Mechanicsburg, Mechanicsburg, PA - Solicitation Number: N0010426QTB35

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023) 19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996) 2 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) 16 TBD TBD 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 MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE 1 noah.r.kuntz2.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 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 x x x x x 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).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: 119 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 o Unit Price:_______ o Total Price:____ o 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 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 for all assets within the RTATs established in this contract. Check one: Firm-fixed-Price __ Estimated 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): Awardee info & performance location: o 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 RTAT will incur a price reduction per unit/month late. Excusable delays (e.g., Government Delay) will not result in a price reduction. If a reduction is due to inexcusable delay, the Contracting Officer will implement it via a reconciliation modification at the end of the contract. Price reductions shall not limit other remedies, including termination for default. Contractor provides the following price reduction amount per unit per month for RTAT non-compliance: $____, up to a maximum of: $______. 1. Scope 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the VCSB-4 PCB. 2. Applicable Documents 2.1 The documents listed below form part of this contract, including modifications or exclusions. 2.1.1

View original listing