Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

61--POWER SUPPLY, IN REPAIR/MODIFICATION OF

Expired
N0010425QDD67Federal
AI Contract Overview
Show more

This contract solicitation is issued by the Department of Defense, specifically the Navy Supply Systems Command (NAVSUP) Weapon Systems Support in Mechanicsburg, PA, for the repair and possible modification of power supplies, classified under NAICS code 335931. The solicitation number is N0010425QDD67, and the deadline for responses is August 15, 2025. The contract will be awarded bilaterally, requiring written acceptance by the contractor, and it involves the inspection, repair, and overhaul of specific power supply items identified by CAGE Code 63812 and reference number 390089-1. All work must adhere to both contractor and government repair standards, including compliance with technical orders, manufacturing operations, and other relevant documentation. The contract specifies a government-required Repair Turnaround Time (RTAT) of 184 days from the date the asset is received at the contractor's facility to the date of acceptance after repair. Accelerated delivery is encouraged, and all freight will be FOB Origin, managed according to the Navy’s Commercial Asset Visibility (CAV) system. The contractor must report all receipt transactions within five business days and obtain government inspection and acceptance within the RTAT. Should the required RTAT not be met due to unexcusable contractor delay, a per-unit, per-month price reduction will be enforced. The contract also outlines comprehensive quality assurance, inspection, and packaging requirements, as well as specific instructions for documentation, testing, and reporting if items are determined beyond repair. Only authorized distributors of the original manufacturer are eligible for award consideration, and the contract includes provisions aligned with Buy American and Free Trade Agreements, as well as requirements for government source inspection, records retention, and compliance with military and federal standards. Any design, material, or part number changes require prior approval from the contracting officer.

General Info

Navy contract for repair, inspection, and overhaul of power supplies with 184-day turnaround.

Agency

Department Of Defense → Navsup Weapon Systems Support Mech

View Agency

NAICS

335931 - Current-Carrying Wiring Device Manufacturing

View NAICS

Place of Performance

PA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Presolicitation

Type Changed

Presolicitation → Solicitation

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → Navsup Weapon Systems Support Mech
Contacts1 person available
OfficeMECHANICSBURG, PA, 17050-0788, USA
Organization / Agency
Department Of Defense → Navsup Weapon Systems Support Mech
View Agency Profile
Office Address

MECHANICSBURG, PA, 17050-0788, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
CONTACT INFORMATION|4|N712.18|AEH|7176054300|christopher.j.dare2.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|x|||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335999|600 # OF EMP|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| 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: 184 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 resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms ofthe 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. 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) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR Teardown & Evaluation 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 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: __________ NOTE All REPAIR AWARDS will be pre-populated with the following Award Remarks: RTAT, Throughput Constraint, and Induction Expiration Date included in SUBCLIN remarks above are defined as follows: RTAT: Repair turn-around time defined as Induction start date to end date (days). Throughput Constraint: Total assets to be repaired monthly after initial delivery commences. A throughput of 0000/month reflects no throughput constraint. Induction Expiration Date: Any asset received after this date in days is not authorized to be repaired without bi-lateral agreement between the Vendor and Contracting Officer. SUBCLIN Remarks (pre-populated for each SUBCLIN) RTAT=0000 Throughput Constraint=0000/month Induction Expiration Date=000 (NTE 365 days) Any questions should be directed to the POC for this solicitation. 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 aprice reduction. If a price reduction is required due to unexcusable 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 followingprice reduction amount per unit per month the contractor does not meet the RTAT: $__________, 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 POWER SUPPLY . 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The POWER SUPPLY repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;63812 390089-1; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.

Similar Contracts

NAICS: 335931
New
Federal

CABLE ASSEMBLY, SPEC

This contract is for the procurement of a single cable assembly, identified by NSN 5995-01-693-6319 and part number 987-0002-659, under solicitation SPE4A0-26-T-2162 issued by the Department of Defense through the Aviation Supply Chain ESOC BUYS. The contract specifies a delivery requirement within five days FOB origin, with inspection and acceptance at the destination, which is the receiving warehouse at Fort Irwin, California. Packaging, marking, and palletization must comply with military standards MIL-STD-2073-1E, MIL-STD-129, and specific DLA packaging requirements to ensure proper handling and identification. The contract includes adherence to cybersecurity mandates (CMMC Level 2 self-assessment) and incorporates detailed quality assurance, sampling, and government marking procedures, as outlined in referenced DLA master technical and quality requirements. The contract also stipulates zero tolerance for quantity variance and requires use of specific sampling plans adhering to MIL-STD-1916 or ASQ standards for product acceptance. Government ownership identification removal is mandated for non-accepted supplies, and the contractor must follow physical identification and marking instructions per MIL-STD requirements. The solicitation deadline for response is March 24, 2026, with key contacts provided for communication and the government maintaining strict protocols regarding delivery and freight to expedite shipment by the fastest traceable means. Overall, the contract ensures detailed compliance with military specifications, quality control, and cybersecurity practices to meet the Department of Defense’s procurement standards for the cable assembly.

AVIATION SUPPLY CHAIN ESOC BUYS

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details
NAICS: 335931
New
Federal

CABLE ASSEMBLY, SPEC

This contract covers the procurement of a specified cable assembly identified by NSN 5995-01-700-3742 and part number 11400-1100-01, with a quantity of one unit. The procurement is managed under solicitation number SPE4A6-26-T-967M by the Department of Defense's ASC Commodities Division, with a delivery timeline of 10 days from the award date and a required delivery date of January 9, 2026. Packaging, marking, and preservation requirements conform to military standards including MIL-STD-2073-1E for packaging, MIL-STD-129 for marking, and specific DLA packaging rules (RP001). Inspection and acceptance of the item are to be performed at the destination with strict sampling methods governed by MIL-STD-1916 and associated quality assurance plans, ensuring compliance with critical, major, and minor attribute verification, reflecting the cable assembly’s classification as a critical application item. The delivery location is specified as Rose Barracks, Vilseck, Germany, with detailed shipment instructions including palletization per DLA procurement requirements and government-approved transportation procedures. Contract administration adheres to current technical and quality requirements as set forth in the DLA Master List, with revisions controlled by solicitation and award dates. Government identification must be removed from non-accepted supplies, and physical markings must follow specified standards. The contract includes contact information for the primary point of contact, Gloria Frimpong, for coordination purposes. Overall, the contract imposes stringent compliance with defense acquisition regulations, emphasizing quality control, packaging, and timely delivery to support military communication operations.

ASC COMMODITIES DIVISION

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details
NAICS: 335931
New
Federal

CABLE ASSEMBLY, SPEC

This contract involves the procurement of a specialized electrical cable assembly identified by NSN/Part Number 5995-01-725-8504, with a quantity of one unit to be delivered within 20 days after the order date. The solicitation, numbered SPE4A7-26-T-095N, was posted on March 16, 2026, with a response deadline of March 24, 2026. The contract is issued by the Department of Defense under the ASC Supplier Operations AE and AF Division, specifically focusing on special purpose cable assemblies subject to detailed technical and quality requirements as set forth in the Defense Logistics Agency’s (DLA) master list. These requirements apply according to the revision effective at the solicitation or award date and incorporate important provisions including cybersecurity standards, removal of government identification on non-accepted supplies, physical marking of items, and export control measures. Significant aspects of the contract include compliance with the Cybersecurity Maturity Model Certification Level 2 self-assessment and strict adherence to export control regulations governed by ITAR and EAR, which restrict the dissemination of technical data without prior authorization. The technical data involved is sensitive and can only be accessed by contractors with approved certifications through the US/Canada Joint Certification Program, along with completion of required training and questionnaires. Distribution of this data is tightly controlled, reflecting the contract’s emphasis on safeguarding defense-related information. The point of contact for this solicitation is Denise Prince, who can be reached via email or phone as provided.

ASC SUPPLIER OPER AE AND AF DIV

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details
NAICS: 335931
New
Federal

CABLE ASSEMBLY, SPEC

This contract involves the procurement of a special purpose cable assembly identified by the National Stock Number 5995-01-628-4775, with a total quantity of six units requested under Purchase Request 7014176805. The solicitation, issued by the Department of Defense's ASC Commodities Division, is designated under NAICS code 335931, indicating its relevance to electrical equipment manufacturing. Delivery is required within 19 days after the award date, with performance set to occur in New Cumberland, Pennsylvania. The contract includes detailed compliance with the Defense Logistics Agency’s packaging standards and incorporates specific technical and quality requirements from the DLA master list that are effective as of the solicitation or award date. A significant aspect of this contract is the export control stipulations governing the handling of technical data related to the cable assemblies. The data falls under export regulations specified by either the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR), necessitating prior authorization for export or disclosure to foreign nationals, whether inside or outside the United States. Access to this technical data is closely regulated, requiring contractors to have joint certification between the US and Canada, completion of designated training, and formal approval by the DLA controlling authority. The primary point of contact for this procurement is Shalon Bond, who can be reached via email or phone for further inquiries related to the solicitation SPE4A6-26-T-965Q.

ASC COMMODITIES DIVISION

POSTED

about 13 hours ago

DEADLINE

in 7 days

View Details