Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOLICITATION NOTICE

J -- MANIFOLD,VALVE,HIGH, IN REPAIR/MODIFICATION OF

Notice Date
12/17/2019 1:33:27 PM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010420QNA68
 
Response Due
12/26/2019 8:59:59 PM
 
Archive Date
01/10/2020
 
Point of Contact
Telephone: 7176053629
 
E-Mail Address
GORDON.KOHL@NAVY.MIL
(GORDON.KOHL@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|n744.13|wg3|7176053629|gordon.kohl@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|365 days after date of contract| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS CERTIFICATE (NOV 2014)|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2018)|12|332919|750||||||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| No serial numbers or failure reports will be provided for this RFQ. 1. The offeror shall provide an estimated price for the teardown, test, evaluation AND repair of the solicited requirement. The award document will be an unpriced purchase order, at the price offered, established as a monetary limitation. When the contracting officer definitizes the unpriced purchase order, the monetary limitation shall be subject to downward adjustment only. 2. Also provide a firm fixed price to tear down, test, and evaluate. The award will not be awarded at this price. This fixed price will be the end result after downward adjusting the price for three specific situations. This would apply only in those situations where NAVSUP confirms and agrees with your determination that a unit is either beyond repair, beyond economical repair, or there isno fault found. (None of these situations require a repair to be performed.) The contracting officer reserves the right to exercise the option quantity under the option subclin within 365 days of the effective date of contract award. The contractor will provide the same delivery time and price listed on the award. A modification will be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. When the evaluation is done, at a minimum you must provide: 1. A written Evaluation Report for each unit that includes: the condition of the unit as received; parts missing or failed or need refurbished; and any teststhe unit failed. 2. A written Proposal that includes: a list of parts needed; the scope of work needed to bring the unit(s) to ""A"" condition, for each unit. If this is an overhaul: state that, then detail what is included in your standard overhaul, and also anything required that is beyond a standard overhaul. This repair is for an overhaul. In order for the government to consider an offer, the vendor must provide, along with and as part of their offer, proof that the vendor has access to the dataor the rights to use the data needed to repair this part. This data is not usually owned by the Government and will not be provided. For solicitations that are already determined to be sole source to another vendor, your information will be considered as a potential source for future awards, not this award. All quotes need to include these cost factors, at a minimum: IUID, CAV asset processing, and packaging. The vendor is required to comply with the Commercial Asset Visibility (CAV) of the asset(s) in this order in accordance withNAVSUPWSSFA24 or PROXY CAV NAVSUPWSSFA25.Specify if you are a CAV or PROXYCAV supplier in your quote. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the MANIFOLD,VALVE,HIGH . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The MANIFOLD,VALVE,HIGH 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. ;99643 58320-23 CDS58320-TAB 53154 58320-23 CDS58320-TAB 1JN54 58320-23 CDS58320-TAB 8L827 58320-23 CDS58320-TAB; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV K, 15 JAN 2000; . 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 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. 4.2 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. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4b5e1fd33fef40afa985b30129e10aa9/view)
 
Record
SN05518655-F 20191219/191217230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.