Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOLICITATION NOTICE

43 -- 43--PUMP,CENTRIFUGAL, IN REPAIR/MODIFICATION OF

Notice Date
5/14/2021 12:19:57 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
N0010421QNC38
 
Response Due
5/19/2021 12:00:00 AM
 
Archive Date
06/03/2021
 
Point of Contact
Telephone: 7176057751
 
E-Mail Address
STEVE.SMITHEY@NAVY.MIL
(STEVE.SMITHEY@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N744.8|WG3|717-605-7751|STEVE.SMITHEY@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|INVOICE AND RECEIVING REPORT (COMBO)||TBD|TBD|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| CONTRACT DEFINITIZATION (DEC 2012)|5|Firm-Fixed Price|Fixed Price|UPON RECEIPT OF CORRECT ""F"" CONDITION ASSET, CONTRACTOR MUST PROVIDE FIRM FIXED PRICING WITHIN 60 DAYS BEFORE CONTINUING WITH REPAIR.|Firm-Fixed Price|TBD, per award remarks; follow-on modification will be issued by the PCO to firm unit pricing and definitize the contract.| 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|333914|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|| THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY, REQUIRING THE CONTRACTOR'S WRITTEN ACCEPTANCE PRIOR TO EXECUTION. NAVSUP-WSS IS SEEKING ELIGIBLE CONTRACTORS TO FURNISH EFFORT INCLUDING LABOR, MATERIAL, AND FACILITIES AS MAY BE REQUIRED TO EVALUATE, REPAIR AND/OR MODIFY THE ITEMS AS SPECIFIED FOR STOCK. OFFERS SUBMITTED FOR REMANUFACTURED, SURPLUS OR NEW PROCUREMENT ACQUISITIONS WILL NOT BE CONSIDERED AND DETERMINED NON-RESPONSIVE. PLEASE PROVIDE AN NOT-TO-EXCEED OR FIRM FIXED PRICE OFFER FOR TEARDOWN, EVALUATION AND REPAIR VIA EMAIL TO STEVE.SMITHEY@NAVY.MIL. PLEASE INCLUDE AN APPROXIMATE PRICE OF A NEW ITEM ON PROPOSAL AS WELL AS A BEYOND REPAIR PRICE AT TIME OF SUBMISSION. ASSETS WILL BE UPGRADED/ REPAIRED AND RETURNED TO ""A"" CONDITION. IF THE ORDER IS AN ESTIMATED OR NOT-TO-EXCEED PRICE, A FINAL REPAIR PROPOSAL WILL BE SUBMITTED TO THE PCO FOR NEGOTIATION AND DEFINITIZATION AFTER TEARDOWN AND EVALUATION. AT THIS TIME, THE DELIVERY DATE WILL BE EXTENDED FOR THE AUTHORIZED REPAIRS. DO NOT INCLUDE THE COST FOR SHIPPING MATERIAL AS THE GOVERNMENT IMPLEMENTED SHIPPING SYTEM OR ATAC WILL BE SHIPPING/DELIVERING MATERIAL. THE REPAIR PROPOSAL IS DUE 180 DAYS ARO. FINAL DELIVERY DATE WILL BE NEGOTIATED AND ESTABLISHED AT TIME OF DEFINITIZATION. IF A UNIT IS DETERMINED BEYOND REPAIR (BR) OR BEYOND ECONOMICAL REPAIR (BER), THE DCMA QAR WILL CONCUR BEFORE SENDING PCO THE PROPOSAL FOR DISPOSITION INSTRUCTIONS. NAVSUPWSSFA24 OR NAVSUPWSSFA25 WILL BE REQUIRED FOR CAV/ PROXY CAV REPORTING. DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) IS REQUIRED. VENDOR WILL MAKE EVERY EFFORT TO DELIVER PRIOR TO THE ESTABLISHED DELIVERY DATE OF THE ORDER AT NO ADDITIONAL COST OR LIABILITY TO EITHER PARTY. PLEASE CONTACT STEVE SMITHEY, STEVE.SMITHEY@NAVY.MIL, IF YOU HAVE ANY QUESTIONS REGARDING THIS REQUEST FOR QUOTE. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the PUMP,CENTRIFUGAL . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The PUMP,CENTRIFUGAL 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. ;83130 / PL-6.0SLV-2W/12.250IN IMP; 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/fa5fbc55527e4b428171a197c8692de6/view)
 
Record
SN06002613-F 20210516/210514230118 (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.