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

99 -- CIRCUIT CARD ASSEMB

Notice Date
12/17/2019 1:30:46 PM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038320QP105
 
Response Due
12/23/2019 8:59:59 PM
 
Archive Date
01/07/2020
 
Point of Contact
Telephone: 2156973318
 
E-Mail Address
SHANNON.GONGLIK@NAVY.MIL
(SHANNON.GONGLIK@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N762.12|Shannon Gonglik|215-697-3318|shannon.gonglik@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x|||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and receiving report (combo) type|N/A|TBD|N00383|TBD|TBD|See schedule|TBD|||TBD|||||| MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|$8,854.40| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 months|60 days after discovery of defect||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUL 2014)|2||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2018)|12|334412|750||||||||||| REPRESENTATION REGARDING CERTIAN TELECOMMUNICATIONS AND VIDEO SUREILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| EVALUATION CRITERIA AND BASIS FOR AWARD -|1|| This RFQ is for the repair of NSN:012612749 Quantity: 5 eaIf a Firm Fixed Price (FFP) cannot be determined, please inform the PCO. THESE ITEMS REQUIRE GOVERNMENT SOURCE APPROVAL PRIOR TO AWARD. IF YOU ARE NOT AN APPROVED SOURCE, YOU MUST SUBMIT, TOGETHER WITH YOUR PROPOSAL, THEINFORMATION DETAILED IN THE NAVSUP WSS SOURCE APPROVAL BROCHURE WHICH CAN BEOBTAINED ONLINE AT https://www.navsup.navy.mil/public/navsup/wss/business_opps/ UNDER ""COMMODITIES."" OFFERS RECEIVED WHICH FAIL TO PROVIDE ALL DATA REQUIREDBY THE SOURCE APPROVAL BROCHURE WILL NOT BE CONSIDERED FOR AWARD UNDER THISSOLICITATION. PLEASE NOTE, IF EVALUATION OF A SOURCE APPROVAL REQUESTSUBMITTED HEREUNDER CANNOT BE PROCESSED IN TIME AND / OR APPROVAL REQUIREMENTSPRECLUDE THE ABILITY TO OBTAIN SUBJECT ITEMS IN TIME TO MEET GOVERNMENTREQUIREMENTS, AWARD OF REQUIREMENT MAY BE CONTINUED BASED ON FLEET SUPPORT NEEDS. 1. SCOPE 1.1 Articles to be furnished hereunder shall be repaired, tested and inspected in accordance with the terms and conditions specified in the Requirements Section of this document. 1.1.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements. Repair of: CIRCUIT CARD ASSEMB ;7RH 5998-01-261-2749; NSN , ;74D511020-1003; Part Number, Shall be performed IAW: CIRCUIT CARD ASSEMB ;REPAIR / OVERHAUL / INSPECT IN ACCORDANCE WITH APPLICABLE REPAIR MANUALS, TECHNICAL SPECIFICATIONS, ENGINEERING ORDERS AND DRAWINGS.; Publication (s). 1.1.2 There will be no repair deviation from the approved written procedures without review and acceptance by the Basic Design Engineer. All requests for Waiver/Deviation shall be via Form 1694 routed throught the Local DCMA/ACO office for review and recommendations via form 1998. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS CIRCUIT CARD ASSEMB , ;76301; , ;74D511020-1003; , 7RH 5998-01-261-2749 SF 3.1 Applicable Documents 3.1.1 The contractor shall perform the necessary work to return the subject item to Ready-For-Issue (RFI) serviceable operating condition and insure compliance with the requirements of the following drawings and specifications: 1. CIRCUIT CARD ASSEMB Drawing ( ;76301; ) ;74D511020; Rev ;LATEST; . 2. All inspections, evaluations, repair/overhaul, and testing functions shall be in compliance with: ;REPAIR MANUALS, TECHNICAL SPECIFICATIONS,/ENGINEERING ORDERS AND DRAWINGS.; 3.2 Work Requirements: 3.2.1 All units determined by the contractor to be beyond economical repair (cost of repair/rework not to exceed ;80%; of the original cost of the item) shall bear a confirmation by DCMC and shall accompany the contract evaluation and quote to the Contracting Officer. In the event that an item is received with one or more subassemblies missing, the contractor shall promptly obtain confirmation of such finding from the DCMC (QAR) and upon confirmation notify the PCO 3.2.2 Acceptance testing shall be conducted under the surveillance of the DCMC (QAR). These tests shall include all tests necessary to assure that the material serviced conforms to the performance required to provide Ready-For-Issue material. The DCMC shall retain the authority to conduct or reconduct any tests deemed necessary to insure compliance with the applicable documents and specifications that are cited in paragraph 1 of the requirements section. 3.2.3 A copy of the DD Form 250 shall be packed with each unit processed under this contract. One copy of the DD Form 250 shall be forwarded to the Procurement Contracting Officer. 3.2.4 The contractor shall perform Testing and Evaluation (T&E) of all units submitted for work. T&E shall be conducted in accordance with the repair manual or specifications stated in section 1 of this statement of work. Based on the results of the T&E, severity of the failure, and total operational hours accumulated since the last repair/overhaul, the contractor shall make its recommendations to either repair or overhaul the unit to the DCMC (QAR). The contractor shall not begin work before receiving approval from the DCMC (QAR). 3.2.5 Upon receiving DCMC (QAR) approval, the contractor shall overhaul or repair the subject item to a Ready-For-Issue (RFI), serviceable operating condition and insure compliance with the requirements of the documents and specifications listed in paragraph 1 of the requirement's section. 3.2.6 For the purpose of the statement of work, ""Overhaul"" is defined as follows: All items regardless of their condition shall be subjected to all of actions outlined in the documents and specifications listed in section 1. The contractor shall inspect all components and repair/refurbish/replace those components that fail to meet the limits specified in the documents and specifications listed in paragraph 1 of the requirement's section. Parts exceeding the dimensional limits shall be scrapped or repaired in accordance with documents and specifications listed in section 1 of this SOW. Parts that cannot be repaired/refurbished shall be scrapped and material review (MRB) will not be granted on these components/parts. 3.2.7 For the purposes of this statement of work, ""REPAIR"" is defined as follows: Items deemed repairable shall be subjected only to the actions necessary to correct the failed/non-operational condition. All work shall be performed as outlined in the documents and specifications listed in section 1 of this SOW. The contractor shall inspect only those components/areas identified in the Testing and Evaluation phase as being defective, and repair, replace and or refurbish those failing to meet the limits specified in the documents and specifications listed in section 1 of this SOW. Parts exceeding the dimensional limits shall be scrapped or repaired in accordance with the documents and specifications listed in section 1. Parts that cannot be repaired/refurbished shall be scrapped and material review (MRB) will not be granted for these items. 3.2.8 Services required to accomplish the above objectives shall be in accordance with the contractor's established industrial shop methods and existing special tools and test equipment. 3.2.9 ;X; Service change bulletins or modifications, except as specified herein, shall not be incorporated by the contractor without prior approval from the contracting officer. 3.2.10 ; ; Change modifications ; ; shall be incorporated for the items under this contract. Reworked/upgraded items will be reidentified as follows: ; ; 3.3 In the event that the contractor requests a waiver, deviation or modification for parts/subassemblies, all Engineering Change Proposals, waivers, and deviations shall be prepared in accordance with MIL-STD-973. 3.4 Quality Assurance: 3.4.1 During the performance of this contract, the contractor shall maintain a Quality Assurance System in accordance with MIL-I-45208, or equivalent (e.g. ISO-9001, ISO-9002, MIL-Q-95208) 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 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/76ffdcf5839645329288cb0681c49044/view)
 
Record
SN05519540-F 20191219/191217230154 (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.