Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2020 SAM #6951
SOLICITATION NOTICE

44 -- 44--TG ALOP, IN REPAIR/MODIFICATION OF

Notice Date
12/8/2020 12:25:45 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
N0010421QNA45
 
Response Due
12/18/2020 12:00:00 AM
 
Archive Date
01/02/2021
 
Point of Contact
Telephone: 7176052984
 
E-Mail Address
JACLYN.PHILLIPS1@NAVY.MIL
(JACLYN.PHILLIPS1@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N744.3|7LJ|717-605-2984|jaclyn.phillips1@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|COMBO|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| CONTRACT DEFINITIZATION (DEC 2012)|5|ESTIMATED|ESTIMATED|UPON RECEIPT OF CORRECT ""F"" CONDITION ASSET, CONTRACTOR MUST PROVIDE FIRM FIXED PRICING WITHIN 60 DAYS BEFORE CONTINUING WITH REPAIR.|ESTIMATED|""TBD, PER AWARD REMARKS; FOLLOW-ON MODIFICATION WILL BE ISSUED BY THE PCO TO FIRM UNIT PRICING AND DEFINITIZE THE CONTRACT.""| 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 THE DATE OF ISSUANCE| 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|332410|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|| ----------------------------------------------------------------------------- --- NAVSUP-WSS IS SEEKING ELIGIBLE CONTRACTORS TO FURNISH EFFORT INCLUDING --- --- LABOR, MATERIAL, AND FACILITIES AS MAY BE REQUIREDTO EVALUATE, REPAIR --- --- AND/OR MODIFY THE ITEMS AS SPECIFIEDFOR STOCK. OFFERS SUBMITTED FOR --- --- REMANUFACTURED, SURPLUS OR NEW PROCUREMENT ACQUISITIONS WILL NOT BE --- --- CONSIDERED AND DETERMINED NON-RESPONSIVE. --- ------------------------------------------------------------------------------ ---THE NAVY DOES NOT POSSESS THE TECHNICAL DATA NECESSARY TO REPAIR THIS ITEM. THE REPAIR OF THIS ITEM HAS BEEN DETERMINED TO BE SOLE SOURCE. ONLY SOURCES THAT ARE APPROVED BY THE IN-SERVICE ENGINEERING ACTIVITY (ISEA) MAY BECONSIDERED FOR THE REPAIR OF THIS ITEM. IF YOUR COMPANY IS INTERESTED IN BECOMING AN APPROVED REPAIR SOURCE, YOUR COMPANYMUST BE CERTIFIED AS A DEPOT OVERHAUL POINT (DOP). IF YOU BELIEVE YOUR ORGANIZATION POSSESSES THE REQUISITE TECHNICAL DATA AND CAPABILITY TO REPAIR THIS ITEM, PLEASE COMPLETE/RETURN A SOURCE APPROVAL REQUEST (SAR)-MARITIME (AVAILABLE FOR DOWNLOAD AThttps://www.navsup.navy.mil/public/navsup/wss/business_opps). ONCE YOUR SAR REQUEST IS RECEIVED, A TECHNICAL REFERRALWILL BE SUBMITTED TO THE NAVAL SEA SYSTEMS COMMAND (NAVSEA) ISEA FOR REVIEW AND ENGINEERING DETERMINATION OF YOUR REPAIR CAPABILITIES.PLEASE BE AWARE THAT THE TECHNICAL REVIEW IS UNDER THE AUTHORITY OF NAVSEA AND THE PROCESS TO BECOME AN APPROVED SOURCE CAN BE LENGTHY. OFFERS SUBMITTED FOR REMANUFACTURED, SURPLUS OR NEW PROCUREMENT A ACQUISITIONS WILL NOT BE CONSIDERED AND DETERMINED NON-RESPONSIVE. --- PROVIDE REPAIR PRICE AS FIRM FIXED -or- NOT TO EXCEED, SPECIFY ON PROPOSAL FIRM FIXED or NTE. CONSIDER THE FOLLOWING WHEN SUBMITTING FIRM REPAIR PRICING: Include repair price with all costs associated with receipt and complete repairofmaterial that may be in piece part condition, missing hardware,damaged, handling damage (Missing on Induction). Provide the following in addition to your repair quote: New item cost for price comparison $_____. Repair turn-around time (days)_____. (If NTE pricing is proposed, Firm Fixed Pricing must be providedwithin 60 days). Test and Evaluation Cost (Should unit be Beyond Repair) $_____. Inspection site CAGE_____ . Packaging site CAGE_____ . Quotes will be evaluated on the lowest price. THE CONTRACTING OFFICER RESERVES THE RIGHT TO EXERCISE THE OPTION QUANTITY UNDER THE OPTION SUBCLIN WITHIN 365-DAYS OF THEEFFECTIVE DATE OF THIS REPAIR OF CONTRACT AWARD. THE CONTRACTOR WILL PROVIDE THE SAME DELIVERY TIME AND PRICELISTED IN THE SCHEDULE. A MODIFICATION WILL BE COMPLETED AT THE TIME THE OPTIONIS EXERCISED AND ALL CURRENT CONTRACT TERMS AND CONDITIONS WILL APPLY TO THE OPTION QUANTITY. Large businesses per the NAICS information provided within Clause 52.204-8, and if total proposed value is greater than $700K, per FAR19.705-5(b) a preliminary basic subcontracting plan addressingthe elements of FAR 19.704 must be submitted. Clause 52.219-9 within this soliciation discusses the requirement. NOTE TO DISTRIBUTORS/DEALERS: IF YOU ARE A DISTRIBUTOR, YOUR QUOTATION MUST BE ACCOMPANIED WITH A LETTER FROM THE ACTUAL MANUFACTURER INDICATING THAT YOU ARE AN ""AUTHORIZED"" DISTRIBUTOR. IF YOU ARE A DEALER, YOUR QUOTATION MUST BE ACCOMPANIED WITH A STATEMENTCLEARLY IDENTIFYING YOUR FIRM AS A DEALER ALONG WITH THE OEM'S NAME/CAGE CODE AND P/N THAT YOU INTEND ON PROVIDING. 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 eitherdeposited 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. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the TG ALOP . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The TG ALOP 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. ;90099 759J040GP5REFURBISHED; 3.2 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/6770d07641ed42a9aa66fe3a1a47c8d6/view)
 
Record
SN05869124-F 20201210/201208230141 (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.