Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2021 SAM #7201
SOLICITATION NOTICE

30 -- 30--CYLINDER ASSEMBLY,A

Notice Date
8/17/2021 8:57:45 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
N0010421RFC35
 
Response Due
9/16/2021 12:00:00 AM
 
Archive Date
10/01/2021
 
Point of Contact
Telephone: 7176054608
 
E-Mail Address
MICHAEL.THOMAN1@NAVY.MIL
(MICHAEL.THOMAN1@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| TIME OF DELIVERY (JUNE 1997)|20|0001|2|730|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| GENERAL INFORMATION-FOB-DESTINATION|1|b| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material ||TBD|N00104|TBD|TBD|N44466|TBD|""A"" Condition TRIPER Material|N/A|N/A|TBD|N/A|N/A|SEE DD1423|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (JUN 2020)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from date of delivery|one year from date of delivery||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| PROGRESS PAYMENTS (MAR 2020)(DEVIATION 2020-O0010)|4|x|||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| LIST OF AWARD ATTACHMENTS|5|x||||| 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|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|333613|750|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (JAN 2004)|2||| FACSIMILE PROPOSALS (OCT 1997)|1|| TYPE OF CONTRACT (APR 1984)|1|Firm Fixed Price| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|x|| 1.This is a procurement for the TRIPER program. 2.Drawings can be accessed thru: Beta.sam.gov. 3. As this procurement is for the TRIPER program , in accordance with FederalLaw,DoD and Navy policy, and in conjunction with the Defense Priorities andAllocation System, this contract shall be rated DX. 4.NAVSUP WSS Mech will be considering past performance in the evaluation of offers. See Clause 252.213-7000. 5. 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 either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Governments acceptance of the contractors proposal constitutes bibilateral agreement to issue contractual documents as detailedherein. 6. As this is a TRIPER item, approval of certifications by SUBMEPP (N45404)prior to shipment of material will be required. 7.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (730 days) 8.NECO bids will not be accepted, offers must include original RFP and beemailed (michael.thoman1@navy.Mil ) or mailed: NAVSUP WEAPON SYSTEMS SUPPORT MECH ATTN M.Thoman N743.11 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, PA 17055-0788 \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CYLINDER ASSEMBLY,A . 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. DRAWING DATA=EB-2710 |96169| E|PS |D|0001 | E|49998|3414253 DRAWING DATA=6130288 |53711| B| |D|0001 | B|49998|1790302 DRAWING DATA=6130291 |53711| C| |D|0001 | C|49998|8930072 DRAWING DATA=6130292 |53711| B| |D|0001 | B|49998|1749913 DRAWING DATA=6130293 |53711| B| |D|0001 | B|49998|2001412 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - The item furnished under this contract/purchase order must meet the design, manufacture, and performance requirements specified on CAGE ;53711; , Drawing ;6130291; and the applicable SUBMEPP Procurement Instruction ;5850-012-0004 rev A CSD268; , except as amplified or modified herein. 3.2 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD268; 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2d6847c3ccc49d5b723d45fdb701ab9/view)
 
Record
SN06100144-F 20210819/210817230120 (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.