Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2021 SAM #7167
SOLICITATION NOTICE

43 -- 43--COMPRESSOR, IN REPAIR/MODIFICATION OF

Notice Date
7/14/2021 12:19:03 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
N0010421QFC10
 
Response Due
7/29/2021 12:00:00 AM
 
Archive Date
08/13/2021
 
Point of Contact
Telephone: 7176053261
 
E-Mail Address
AMBER.L.MILLER@NAVY.MIL
(AMBER.L.MILLER@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N743.20|WR4DD|(717)605-3261|amber.l.miller@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||X|06 January 2023|||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Certifications - Stand-Alone Receiving Report Material - Receiving Report & Invoice Combo|Material - Inspect & Accept at Source|HQ0339|N00104|S0507A|Certifications- N45404 Material - S0507A|Certifications- N454 04 Material - SW3215|28953|N/A|N/A|N/A|Certifications - N45404|N/A|N/A|See form DD1423|1-866-618-5988 - WAWF Helpdesk| 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 DATA--BASIC (MAR 2014)|2||| EQUAL OPPORTUNITY 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 CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|333996|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This is an Advanced Equipment Repair Program (AERP) requirement. 2. This is a Sole-Source (3Q) requirement to RIX Industries (CAGE 28953). The Government does not have adequate data, lacks rights to data, or both needed to purchase this partfrom additional sources. The Government has been unable to economically buy the data or the rights to the data, although the part has been undergoing full screening for 12 or more months. Breakout to competition has not been achieved, but current, continuing actions to obtain necessary rights to data or adequate, reprocurement technical data indicate breakout to competition is expected to be achieved. This part may be a candidate for reverse engineering or other techniques to obtain technical data. 3. 'The IWST has determined that all NIINs for this requirement are covered by the 30 July 2018 Class Determination and Findings (D&F) for the Use of Special Emergency Procurement Authority (SEPA), and that the criteria in Paragraph 3 thereof are met. Proceed with the use of SEPA as appropriate. The carcass is available for repair.' 4. Subject requirement is for repair and upgrade of unit. Input (Inducted) NIIN 014169407 is to be repaired and upgraded to output NIIN 016886069. 5. Quote is to be submitted as an Estimated, Not-To-Exceed Price for the full repair effort of the requirement. Vendor will have 90 days to complete a teardown and evaluation of the carcass and submit a repair report breakdown and Firm-Fixed Price Proposal for repair. 6. This requirement utilizes Government Furnished Property (GFP). 7. The final delivery date for this requirement shall be on or before 06 January 2023 in order to meet the needs of the Fleet. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the COMPRESSOR . 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.1.1 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 3. REQUIREMENTS 3.1 Refurbished Material - This item must be inspected and where necessary, refurbished to be in accordance with CAGE ;28953; , drawing ;D3084; ,and the applicable SUBMEPP Repair Instruction ;R.I. 5515-012-1126 Rev D Chg 1(CSD277); , except as amplified or modified herein. 3.1.1 Parts that are replaced during refurbishment must be in accordance with this TDP (Technical Data Package) and the SUBMEPP Repair Instruction. 3.2 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD277; in ECDS at https://register.nslc.navy.mil/ 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. 5.1.1 Additional Preservation, Packaging, Packing and Marking requirements are included in the referenced Refurbishment Instruction or Procurement Specification from SUBMEPP. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c60ccbeb75354d4abd2137ea9603e85d/view)
 
Record
SN06061420-F 20210716/210715201649 (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.