Loading...
N0010426QLB55
Response Deadline
May 5, 2026, 8:30 PM(EDT)8 days
Eligibility
Contract Type
Solicitation
CONTACT INFORMATION|4|N713.33|HQ0|(771) 229-0386|ASHLEY.H.BETLOCK..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|||||| 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 PREPARDENESS, AND ENERGY PROGAM USE (APRIL 2008))|2||X|
** CASREP ** ACCELERATED DELIVERY IS ENCOURAGED AND ACCEPTED AT NO ADDITIONAL COST TO 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: 78 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:__________
Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): ___
Return Material Authorization # (RMA), if applicable:__________
Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________\
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 resultant contractual delivery requirement is measured from asset Return to the
date of asset acceptance under the terms of the contract. For purposes of this section, 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. In accordance with the CAV Statement of Work, the contractor is required to accurately
report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV
must be dated to 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. \
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 - any delay determined to be excusable (e.g. Government Delay) will not result
in a price reduction. If a price reduction is required due to inexcusable contractor delay, the Contracting Officer
will implement the aforementioned price reduction via a "reconciliation modification" at the end of the contract performance.
Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet
required RTATs, including but not limited to the Government's right to terminate for default.
In reference to the above important note, the contractor provides the following price reduction amount per unit per month the
contractor does not meet the RTAT: $__________, up to a maximum of: $_________.
***************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:__________
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVSUP
NAVSUP WEAPON SYSTEMS SUPPORT
NAVSUP WSS MECHANICSBURG
NAVSUP WEAPON SYSTEMS SUPPORT MECH
NAVSUP WEAPON SYSTEMS SUPPORT MECH
P O BOX 2020
5450 CARLISLE PIKE
MECHANICSBURG, PA, 17050-0788
NAICS
Bare Printed Circuit Board Manufacturing
PSC
ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE