Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

43 -- 43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF

Notice Date
9/20/2021 7:27:37 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
N0010421RFD68
 
Response Due
9/21/2021 12:00:00 AM
 
Archive Date
10/06/2021
 
Point of Contact
Telephone: 7176054056
 
E-Mail Address
TAMMY.LITTLE@NAVY.MIL
(TAMMY.LITTLE@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|3|700|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Certifications - Stand-Alone Receiving ReportMaterial - Receiving Report & Invoice Combo|Material - Inspect & Accept|HQ0337|N00104|S4306A|Certifications - N45404Material - S4306A|Certificaitons - N45404Material - N60138|0UBG9|||N/A|||||| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2|X|| INTEGRITY OF UNIT PRICES (JUN 2020)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| EXERCISE OF OPTION TO FULFILL FOREIGN MILITARY SALES COMMITMENTS-BASIC(NOV 2014))|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|1 Year|1 year ||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2021)|4||||| 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||80%||| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|365 days| LIST OF AWARD ATTACHMENTS|5|||||| 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 (SEP 2021)|13|333914|750|||||||||||| 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||| 1. This is an Advanced Equipment Repair Program (AERP) requirement. 2. This is a Sole-Source (3R) requirement to Curtiss-Wright Electro-MechanicalCorp (CAGE 0UBG9). The Government does not own the data or the rights tot hedata needed to purchase this part from additional sources. It has beendetermined to be uneconomical to buy the data or the rights tot he data. It isuneconomical to reverse engineer the part. 3. Quote is to be submitted as an Estimated, Not-To-Exceed Price for the fullrepair effort of the requirement. Vendor will have 120 days to complete ateardown and evaluation of the carcass and submit a Repair Report and aFirm-Fixed Price quote for repair. 4. This requirement utilizes Government Furnished Property (GFP). Any GFPlocated at the vendor's facility in storage that can be used in the repair ofthe requirement shall be utilized and itemized within the final quote. 5. This requirement will be contracted under Basic Ordering Agreement (BOA)N00104-17-G-AS01. 6. Offerors must have a valid U.S. Security Clearance of CONFIDENTIAL orhigher in order to respond to this RFQ, because the RFQ includes an annex (information) classified at the CONFIDENTIAL level which will be released only to the offerors possessing theappropriate clearance. All classified material must be handled in accordancewith the National Industrial Security Program Operating manual (NISPOM) (DoD5220.22-M) and Industrial Security Regulation (DoD 5220.22-R). PLEASE PROVIDE REPAIR PRICE AS FIRM OR NOT-TO-EXCEED. SPECIFY ON PROPOSAL FIRM OR NTE. IF YOU CHOOSE FIRM REPAIR PRICING PLEASE CONSIDER THE FOLLOWING: Include repair price with all costs associated with receipt and complete repairof material that may be in unwhole condition, missing hardware, damaged,handling damage, missing parts, wear damage, and CAV reporting. All transportation to/from repair site will be paid for by US Navy. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to the instant procurement areconsidered to be ""issued"" by the Government when copies are either deposited inthe 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. Only if options are to be included:THE GOVERNMENT RETAINS THE OPTION TO ORDER AN ADDITIONAL QUANTITY UP TO 100% OFTHIS ORDER FOR 365 DAYS ARO AT THE SAME PRICE. THE GOVERNMENT MAY CHOOSE TOEXERCISE THIS OPTION OR NOT. PLEASE PROVIDE REPAIR PRICE AS NOT-TO-EXCEED. PLEASE CONSIDER THE FOLLOWING: Include repair price with all costs associated with receipt and complete repairof material that may be in unwhole condition, missing hardware, damaged,handling damage, missing parts, wear damage, and CAV reporting. Also, Please provide: Teardown & Evaluation rate:__________________ RTAT:_________________ Throughput Constraint:__________________ Induction Expiration Date:_________________ Price Reductions Any assets for which the contractor does not meet the required RTAT will incura price reduction of XXXX per unit. This adjustment will be implemented via aReconciliation Modification at the end of contract performance. Pricereductions made pursuant to this section shall not limit other remediesavailable to the Government for failure to meet required RTATs, including butnot limited to the Government's right to terminate for default. Reconciliation A reconciliation modification will be issued after final Inspection andacceptance of all assets inducted under this contract. The parties have agreedto a price (shown on the schedule page) for each unit at the negotiated RTAT.Such prices are based on the Contractor meeting the RTAT requirements describedwithin the schedule page. If the Contractor does not meet the applicable RTAT requirement, the price adjustment as stated shall be applicable. The resultant award of this solicitation will be issued bilaterally, requiring thecontractor's written acceptance prior to execution. All transportation to/from repair site will be paid for by US Navy. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders and modifications) related to the instant procurement areconsidered to be ""issued"" by the Government when copies are either deposited inthe 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. 1) WHEN SUBMITTING QUOTES, MAKE SURE YOU SPECIFY ANY EXCEPTIONS, I.E. MIL-STDPACKAGING, MIL-STD LABELING, INSPECTION AND ACCEPTANCE LOCATIONS, PACKAGINGHOUSES, SURPLUS MATERIAL, ETC. IF NO EXCEPTIONS ARE INDICATED OR RECEIVED,AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FORCHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEDUCTED FROM UNIT PRICE. 2) IF SUPPLIES WILL BE PACKAGED AT A LOCATION DIFFERENT FROM THE OFFERORADDRESS, THE OFFEROR SHALL PROVIDE THE NAME, STREET ADDRESS AND CAGE CODE OFTHE PACKAGING FACILITY. 3) IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUSTSTATE WHO THE MANUFACTURER IS (NAME & CAGE CODE) AND BE ABLE TO PROVIDETRACEABILITY INFORMATION IF REQUESTED. EXAMPLES OF TRACEABILITY DOCUMENTATIONINCLUDE BUT ARE NOT LIMITED TO THE FOLLOWING: PURCHASE ORDER/INVOICE BETWEENYOU AND THE MANUFACTURER IDENTIFYING THE PART NUMBER, REVISION LEVEL ANDQUANTITIES, MANUFACTURER'S PACKING SLIP OR CERTIFICATION IDENTIFYING THE PARTNUMBER, REVISION LEVEL AND QUANTITIES. 4) SOURCE INSPECTION IS REQUIRED FOR THIS ITEM. PLEASE PROVIDE ANY ADDITIONALCOSTS ASSOCIATED WITH SOURCE INSPECTION INTO YOUR UNIT PRICE. 5) ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS,DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THIS PROCUREMENT ARE CONSIDEREDTO BE ""ISSUED"" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL,TRANSMITTED BY FAX, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH ASEMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTESBILATERAL AGREEMENT TO ""ISSUE"" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the PUMP UNIT,CENTRIFUG . 1.2 Government Furnished Material - Government furnished material is available. The material and quantities are as follows: ;MOTOR NIIN 013025352, QTY 1; . 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=4456141 |80064| A| |X|0001 | A|00026|0000000 3. REQUIREMENTS 3.1 Refurbished Material - This item must be inspected and where necessary, refurbished to be in accordance with CAGE ;93232; , drawing ;RW-183760; ,and the applicable SUBMEPP Repair Instruction ;5080-012-0713 Rev C CHG 9 (CSD260); , 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 ;CSD260 - 5080-012-0713 Rev C CHG 9; in ECDS at https://register.nslc.navy.mil/ 3.3 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;4456141 Rev A; and the item number to which the item was tested in lieu of the actual pressures. Any drawing requirement to mark the working pressure on the item does not apply and is strictly prohibited. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/92feaafbc6e24824b61825234ac776ec/view)
 
Record
SN06138536-F 20210922/210920230117 (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.