Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

59 -- 59--MS ANALYZER MODULE, IN REPAIR/MODIFICATION OF

Notice Date
4/22/2021 12:15:00 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
N0010421QNB97
 
Response Due
4/27/2021 12:00:00 AM
 
Archive Date
05/12/2021
 
Point of Contact
Telephone: 7176058656
 
E-Mail Address
JAMES.B.BURNETT1@NAVY.MIL
(JAMES.B.BURNETT1@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N744.2|7LB|717-605-8656|james.b.burnett1@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|COMBO - Invoice and Receiving Report|Not Applicable|HQ0339|N00104|S0513A|S0513A|0001AA: SW3218|26581|||S0513A|||||Not Applicable| NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER|3|||| MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|474,945.00 | 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) (JUL 2020))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 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|334412|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|| Request repair quote on a Not-To-Exceed (estimated) unit price basis. Please include applicable Return to Manufacturer Authorization (RMA) number, repair facility, and packaging house (MIL-STD-2073-1E w/CHANGE 1 applies). Repair depot (CAGE Code: 26581) applies for subject NSN. Hamilton Sundstrand Corporation, Collins Aerospace, Mission Systems (CAGE Code: 26581), POC: Jenna Yann, PH: 909-288-5373, E-mail: Jenna.Yann@collins.com / Steven Scapellati, PH: 909-288-5374, E-mail: Steven.Scapellati@collins.com. NSN: 7HH 5998 015526391, MS ANALYZER MODULE, REF NO: 400000-501 (CAMS II A5Module). Note: This order is issued pursuant to Special Emergency Procurement Authority (SEPA) IAW Class Deviation 2018-O0013. Note: Early/Partial Delivery is Authorized and Desired. Request best Delivery to service urgent fleet (CASREP) requirement. Note: CAV Reporting under WSSTERMFZ15 COMMERCIAL ASSET VISIBILITY (CAV) REPORTING (06-16) is incorporated. Note: WEB-BASED COMMERCIAL ASSET VISIBILITY STATEMENT OF WORK NAVSUP WSS MECHANICSBURG/PHILADELPHIA VERSION 8.0, June 2020 applies. (https://www.navsup.navy.mil/public/navsup/wss/pi_cd/) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) Clause is incorporated. Note: iRAPT/WAWF invoice and receiving report with IUID requirement: Contact IUID Help, PH: 269-961-4745, E-mail: Iuid.helpdesk@dla.mil (Re: DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016)). The following clause is incorporated by reference: FAR 52.246-23 -- Limitation of Liability (Feb 1997) The following clause exceptions are incorporated: WSSTERMHZ02 - HSC will provide the CAV material movement report only if required by QAR at the time of WAWF submission. WSSTERMLZ17 - Due to the complexity of HSC products, HSC oftentimes cannot clearly identify the root cause of failures at 50% NTE or within 60 days. Upon completion of the evaluation and resolution of the failure(s), HSC will provide NAVSUP a firm fixed priced proposal for the completion of the repairs. The timeline will vary depending on the availability of test cabinets and the nature of the failure. Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the MS ANALYZER MODULE . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The MS ANALYZER MODULE 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. ;26581 400000-501; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 17 DEC 2007.; . 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/f7b0ff48d5f64fc3950ed2e38ffa16ae/view)
 
Record
SN05980813-F 20210424/210422230117 (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  © 1994-2020, Loren Data Corp.