Search Contract Opportunities

Rectifier Assembly

ID: N0010425QJB57 • Type: Solicitation

Description

CONTACT INFORMATION|4|N7M1.9|BUC|NA|brett.m.hassick.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||TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| 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|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM 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 a 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 118 days. Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or ProxyCAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Please complete and return the following information: Quote Amount & RTAT - Unit Price: $_________________ - Total Price: $________________ - Repair Turnaround Time (RTAT): _____________ days If your company is not quoting the Government's Repair Turnaround Time (RTAT) or earlier, please 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. - All pricing is Firm-Fixed-Price. Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, and wear damage. - Return Material Authorization # (RMA) (if applicable): ______________ - Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ): __________________ Testing and Evaluation if Beyond Repair or Beyond Economical Repair - T&E Fee/Price (if asset is determined BR or BER): If an item is determined BR or BER, and the contractor provides documentation that costs were incurred during evaluation and determination of BR or BER, the Contracting Officer will negotiate a reduced contract price, Not-To-Exceed (NTE) $______________ associated with the repair effort to reflect the BR or BER status of the equipment. - The T&E Fee/Price (if asset is determined BR or BER) was determined based on: _____________________________. Awardee Info & Performance Location - Awardee Cage: _____________ - Inspection & Acceptance Cage (if not the same as the Awardee Cage): _______________ - Facility/Subcontractor Cage (where the asset should be shipped), (if not the same as the Awardee Cage): __________ Compare Repair Price to Price to Buy New - New Unit Price: $_________________ - New Unit Delivery Lead-Time: ________________ days 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 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 following price 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 RECTIFIER ASSEMBLY . 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 RECTIFIER ASSEMBLY 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. ;21877 6866905; 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. 6.1.1 If you have a problem connecting to the DODSSP Website, please contact either the Subscription Service Desk (215)697-2569, or the Special Assistance Desk (215)697-2667. The DODSSP Customer Service Staff is available every business day between the hours of 7:30 AM and 4:00 PM Eastern Time to answer your questions or assist in solving any problems you might encounter when ordering from the DODSSP collection of Defense specifications and standards, Federal specifications and standards used by DOD, and other DOD standardization documents. Mail requests should be submitted to: Navy Publishing and Printing Service (Subscriptions) Building 4D 700 Robbins Ave. Philadelphia, Pa. 19111 Attn: DODSSP Requests can be transmitted to DODSSP via FAX number (215)697-1462. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in 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. They may 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. Ordnance Documents (OD) - Ordnance Documents may be obtained by submitting a request to: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5A00 Port Hueneme, California 93043 E. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, 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. F. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVSUP-WSS-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 H. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: NAVSUP WEAPON SYSTEMS SUPPORT Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 I. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS-MECH. 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.
Background
The solicitation is issued by the NAVSUP Weapons Systems Support, which is part of the U.S. Navy. The agency's mission includes providing logistics support for naval weapon systems. The goal of this contract is to procure repair services for a specific item, the Rectifier Assembly, ensuring operational readiness and compliance with military standards.

Work Details
The contractor will be responsible for the teardown, evaluation, repair, and/or modification of the Rectifier Assembly (NSN 5998-01-522-6000). The contract requires adherence to specific technical requirements outlined in sections C, D, E, and attachments of the solicitation. Key details include:

- Quantity: 1 each
- Unit Price: To be determined by the contractor
- Total Price: To be determined by the contractor
- Repair Turnaround Time (RTAT): 118 days
- All pricing must be firm-fixed-price and include costs associated with receipt and complete repair of materials that may be in unwhole condition.
- Packaging must comply with MIL-STD-2073.
- Government Source Inspection (GSI) is required.

Additional requirements include:

- Return Material Authorization # (if applicable)
- Testing and Evaluation Fee/Price if asset is determined Beyond Repair (BR) or Beyond Economical Repair (BER).

The contractor must also provide information on their capacity constraints if they cannot meet the RTAT.

Period of Performance
The period of performance includes a Repair Turnaround Time (RTAT) of 118 days from asset return to acceptance under contract terms.

Place of Performance
The work will be performed at the contractor's facility as specified in the contract.

Overview

Response Deadline
April 25, 2025, 4:30 p.m. EDT Past Due
Posted
April 10, 2025, 3:49 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
On 4/10/25 Naval Supply Systems Command issued Solicitation N0010425QJB57 for Rectifier Assembly due 4/25/25. The opportunity was issued full & open with NAICS 334412 and PSC 5998.
Primary Contact
Name
Telephone: 7176056055   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Civilian Brett M. Hassick Profile brett.m.hassick.civ@us.navy.mil None

Documents

Posted documents for Solicitation N0010425QJB57

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N0010425QJB57

Similar Active Opportunities

Open contract opportunities similar to Solicitation N0010425QJB57

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP WEAPON SYSTEMS SUPPORT > NAVSUP WSS MECHANICSBURG > NAVSUP WEAPON SYSTEMS SUPPORT MECH
FPDS Organization Code
1700-N00104
Source Organization Code
500021097
Last Updated
April 10, 2025
Last Updated By
BRETT.HASSICK@NAVY.MIL
Archive Date
May 10, 2025