Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2020 SAM #6877
SOLICITATION NOTICE

58 -- 58--MODULATOR,RADIO TRA, IN REPAIR/MODIFICATION OF

Notice Date
9/25/2020 12:20:58 AM
 
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
N0010420QNE34
 
Response Due
9/30/2020 12:00:00 AM
 
Archive Date
10/15/2020
 
Point of Contact
Telephone: 7176053629
 
E-Mail Address
GORDON.KOHL@NAVY.MIL
(GORDON.KOHL@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|n744.13|apb|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))|1|| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 days from contract date| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|365 days from date of contract| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2020)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|334220|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| This is a repair of an existing unit or units. No purchases of new, used or refurbished units will be considered and are not considered offers, since this is for repair only of an existing unit(s). In order for the government to consideran offer, the vendor must provide, along with and as part of their offer, proofthat the vendor has access to the data or 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 d determined to be sole sourceto another vendor, your information will be considered as a potential source for future awards, not this award, should you pursue to be vetted. All quotes need to include these cost factors, at a minimum: IUID, CAV asset processing, and packaging. 1. This is a repair requirement. Submit quote to the PCO listed by email or through NECO. 2.Please provide an estimated price for the teardown, evaluation AND full repair of the item. 3. The vendor is required to comply with Commercial Asset Visibility (CAV). Specify if you are a CAV or PROXYCAV supplier in the quote. 4. After award, submit a repair proposal to NAVSUP PCO within 100 days of receipt of units. This needs to include an evaluation report for each unit and a scope of work for the repair. Order will then be definitized for the final repair cost. 5. Provide an approximate price of a new item in your quote. 6. A beyond repair (BR)/ beyond economic repair (BER) quote ( evaluation only price) shall also be provided in addition to the repair quote. 7. Do NOT include the cost for shipping, as the government will coordinate and pay that. The proposed acquisition shall include FAR clause 52.217-6 (or -7)-- Option for IncreasedQuantity. THE CONTRACTING OFFICER RESERVES THE RIGHT TO EXERCISE THE OPTION QUANTITY UNDER THE OPTION SUBCLIN WITHIN 365-DAYS OF THE EFFECTIVE DATE OF THIS REPAIR OF CONTRACT AWARD. THE CONTRACTOR WILL PROVIDE THE SAME DELIVERY TIME ANDPRICE LISTED IN THE SCHEDULE. A MODIFICATION WILL BE COMPLETED AT THE TIME THEOPTION IS EXERCISED AND ALL CURRENT CONTRACT TERMS AND CONDITIONS WILL APPLY TOTHE OPTION QUANTITY. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the MODULATOR,RADIO TRA . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The MODULATOR,RADIO TRA 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. ;24390 248282-2; 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/b07c4de407254d5aace70f1622d65575/view)
 
Record
SN05811707-F 20200927/200925230153 (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.