United States - 59--cabinet,electrical,, in repair/modification OF

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
29 March 2024
Opportunity publication date
26 January 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

View Changes CONTACT INFORMATION|4|N711.7|BH3|(717)605-6811|LEO.DOUGHERTY@NAVY.MIL|
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X||||||
TIME OF DELIVERY (JUNE 1997)|20| ||||||||||||||||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE & RECEIVING REPORT|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|X|X|X|||X|X|||||||
SMALL BUSINESS PROGRAM REPRESENTATIONS (SEP 2021)|4|||||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3||||
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1||
CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS(FEB 2021))|4|||||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2022)|13|334412|750||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|
The Quantity has been increased to FOUR (4) units. The solicitaion expireson March 29, 2024.
All other terms and conditions remain as is and in full force and effect.
\
The solicitation term has been extended through March 31, 2023.
The quantity has been increased from an original quantity of 2 units quantity of 3 units.
All other terms and conditions shall remain in full force and effect.
The final entry set out in Solictation Noteson page 5, "All terms. conditionsand clauses are hereby incorporated by reference from BOA N0010422GYT01."shall be deleted from the Solicitation.
All other terms and conditions shall remain in full force and effect.
\
The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution.
Please quote a Firm Fixed Price for the full repair of the item. If a Firm Fixed Price cannot be provided, please provide a Not-to-Exceed price. This includes the teardown, evaluation, inspection and full repair of the item to "like new" or "A" condition. No
Teardown & Evaluation quote is accepted. 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, wear damage, etc.
Also, Please provide:
RTAT:___ _____________
Throughput Constraint:__________________
Induction Expiration Date:_________________
Price Reductions:
Any assets for which the contractor does not meet the required RTAT will incur a price reduction of 1% per asset per month extension requested. This adjustment will be implemented via a Reconciliation Modification at the end of 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.
Reconciliation:
A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under this contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such prices are based on the
Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, the price adjustment as stated shall be applicable.
A beyond repair (BR)/ beyond economic repair (BER) price shall also be provided in addition to the repair price at time submission of quote.
Please note that 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)
Please provide all of the above information with contractor's quote. Any questions should be directed to the POC for this solicitation.
POC: Leo Dougherty
POC EMAIL: leo.dougherty@navy.mil
Do NOT include the cost for shipping material as the government implemented shipping system or ATAC will be shipping/delivering material.
The vendor is required to comply with Commercial Asset Visibility (CAV) of the asset(s) in this purchase order in accordance with NAVSUPWSSFA24. Please include the CAV cost into the Repair Cost.
DCMA source inspection and acceptance is required and freight is FOB Origin.
Required shipping procedure is military packaging and bar coding.
If you are not the manufacturer of the material you are offering, you MUST state who the OEM is (name and cage code) and the part number you are offering and provide traceability information requested.
Please verify your compliance with both FAR Clauses 52.204-24 and 52.204-25 and DFARS Clauses 252.204-7008 and 252.204-7012.
Companies who are not currently a technical-approved source for the solicited item and are interested in doing business with NAVSUP can express their interests by completing a Vendor Interest Form at the NAVSUP Business Opportunities web portal at h
https://www.navsup.navy.mil/public/navsup/business_opps/. The award action for the current solicited requirement will not be held up for attaining approval of an offeror that is not currently technically acceptable by the government for this item.
All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile,
or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein.
All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by fax, or sent
by other electronic commerce methods, such as e-mail. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein.
IN ACCORDANCE WITH DFAR 217.7301, CONTRACTORS SHALL IDENTIFY THEIR SOURCES OF SUPPLY IN CONTRACTS FOR SUPPLIES. IF THE ITEM CURRENTLY BEING PROCURED IS A NON-VALUE ADDED ITEM, PLEASE PROVIDE:
ACTUAL MANUFACTURER:
CAGE CODE:
ADDRESS:
Contractors can view their orders, contracts, and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Wide Area Workflow (WAWF) website. It is recommended that contractors register for EDA at: https://wawf.eb.mil/.
Click on New User and Registration.
IF YOUR ORGANIZATION USES MORE THAN ONE CAGE CODE, PLEASE NOTE THE SPECIFIC CAGE CODE TO BE USED FOR THIS ORDER ON YOUR PRICE QUOTE.
CONTRACT DISTRIBUTION:
It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts / modifications are issued and posted on EDA. To receive these
notifications, contact: NAVSUP WSS Code 025, Procurement Systems Design and Contract Support Division via email at NAVSUPWSSITIMPHelpDesk@navy.mil. Please include the following information with your request: CAGE code, company name and address and POC with
phone number and e-mail address.
PRICING FOR REQUEST FOR QUOTATION IS VALID 90 DAYS AFTER THE CLOSING DATE OF THE REQUEST FOR QUOTATION UNLESS OTHERWISE SPECIFIED.
IF THERE IS ANY DISCREPANCY BETWEEN THE TERMS & CONDITIONS OF THIS ORDER AND THE ESTABLISHED BASIC ORDERING AGREEMENT (BOA), THE TERMS AND CONDITIONS OF THE BASE BOA TAKE PRECEDENCE.
All terms, conditions and clauses are hereby incorporated by reference from BOA N0010422GYT01.
\
1. SCOPE
1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CABINET,ELECTRICAL, .
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 CABINET,ELECTRICAL, 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.
;00724 7019547-002;
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.
3.4 Electrostatic Discharge Control - The Contractor shall comply with the electrostatic discharge control requirements established in MIL-STD-1686.
3.5 Soldering - The requirements for soldered electrical and electronic assemblies shall conform to IPC J-STD-001, Class ;3; .
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.

Opportunity closing date
29 March 2024
Value of contract
to be confirmed

About the buyer

Address
NAVSUP WEAPON SYSTEMS SUPPORT MECH UNITED STATES
Contact
leo.dougherty@navy.mil

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?