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

61 -- 61--PANEL,CONTROL,ELECT, IN REPAIR/MODIFICATION OF

Notice Date
4/22/2021 3:10:24 AM
 
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
N0038321QD254
 
Response Due
5/7/2021 12:00:00 AM
 
Archive Date
05/22/2021
 
Point of Contact
Telephone: 2156974020
 
E-Mail Address
DAVID.J.BENSON1@NAVY.MIL
(DAVID.J.BENSON1@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N721.12|B1B|215-697-4020|DAVID.J.BENSON1@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|X|||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|TBD||TBD|N00383|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS.|60 DAYS AFTER THE DISCOVERY OF DEFECT.||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|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 (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2|tbd|| EVALUATION CRITERIA AND BASIS FOR AWARD -|1|| RTAT, Throughput Constraint, and Induction Expiration Date included in SUBCLINremarks above are defined as follows: RTAT: Repair turn-around time defined as Induction start date to end date (395 days). Throughput Constraint: Total assets to be repaired monthly after initial delivery commences. A throughput of 0000/month reflects no throughput constraint. Induction Expiration Date: Any asset received after this date in days is not authorized to be repaired without bi-lateral agreement between the Vendor and Contracting Officer (365 days from contract award date). All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to the procurement areconsidered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commercemethods, such as email. The Government's acceptance of the contractor'sproposal constitutes bilateral agreement to ""issue"" contractual documents asdetailed herein. Early and incremental deliveries accepted at no additional cost to either party. \ 1. SCOPE 1.1 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document. 1.2 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 If MIL-STD-454 is referenced in the drawings or in the specification,the contractor is expected to show compliance with IPC/EIAJ-STD-001C Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by IPC/EIAJ-STD-001C paragraph 5.1.4. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Items coated with yellow paint shall be totally stripped of yellow paint and repainted with white coating systems as follows: 3.1.1 Primary System a. Pretreatment, for steel only, shall be MIL-C-10578. Pretreatment for aluminum is not authorized. b. Primer shall be epoxy coating MIL-P-53022 Type II (VOC 340 G/L), available from: 1. Sherman Williams, (312) 821-3434 P/N E90WY14/V93VY9 2. PPG (216) 671-0056 P/N W423305 3. Niles (800) 253-7389 P/N 3580 c. If above materials are not available, the following materials are authorized for use: 1. Epoxy coating MIL-P-5302 Type II (VOC 420 G/L). Where permitted by local environmental regulations. 2. Epoxy, water reducible, shall be MIL-P-5303 (VOC 340 G/L). 3. Topcoat Primer-Polyurethane shall be MIL-C-85285, Type II (VOC 340 G/L) color number 17925 CF FED-STD-595. d. All removed yellow paint should be treated as if it contains lead and chromates and proper safety and disposal procedures shall be adhered to. 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/98a3d740c01c40c69e802ba547a0a04e/view)
 
Record
SN05980829-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.