Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2021 SAM #7236
SOLICITATION NOTICE

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

Notice Date
9/21/2021 6:55:27 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
N0010421QFD67
 
Response Due
9/22/2021 12:00:00 AM
 
Archive Date
10/07/2021
 
Point of Contact
Telephone: 7176053261
 
E-Mail Address
AMBER.L.MILLER@NAVY.MIL
(AMBER.L.MILLER@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N743.20|WR5DD|(717)605-3261|amber.l.miller.civ@us.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|SubCLIN 0001AA|One (1)|90|||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Certifications - Stand-Alone Receiving Report Material - Receiving Report & Invoice|Material - Inspect & Accept at Source|HQ0337|N00104|S0701A|Certifications - N45404 Material - S0701A|Certificaitons - N45404 M aterial - N60138|63857|N/A|N/A|N/A|Certifications - N45404|N/A|N/A|See DD form DD1423|1-866-618-5988 - WAWF Helpdesk| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| CONTRACT DEFINITIZATION (DEC 2012)|5|Firm-Fixed Price|Firm-Fixed Price|Vendor shall complete a Teardown & Evaluation of the carcass and submit a Firm-Fixed Price quote within 90 days of the Contract Effective Date.|Firm-Fixed Price|TBD| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (JUN 2020)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2021)|4||||| 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|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (SEP 2021)|4||||| 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|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (JUN 2019))|1|| 1. This is an Advanced Equipment Repair Program (AERP) requirement. 2. This is a Sole-Source (3R) requirement to Circor naval Solutions, LLC (CAGE 63857). The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or the rights to the data. It is uneconomical to reverse engineer the part. 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 Paragrapgh 3 thereof are met. Proceed with the use of SEPA as appropriate. The carcass is available for repair.' 4. 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 and Firm-Fixed Price (FFP) quote for repair. 5. This requirement utilizes Government Furnished Property (GFP). 6. The final Delivery Date for the requirement shall be on or before 05 December 2022 in order to meet the CASREP needs of the Fleet. 7. Please provide repair price as Estimated, Not-To-Exceed. Please consider the following: Include repair price with all costs associated with receipt and complete repair of 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 asseets for which the contractor does not meet the required RTAT will incur a price reduction of XXXX per unit. This adjustment will be implemented via a Reconciliation Modification at the end of contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. Reconciliation A reconciliation modificaiton will be issued after final Inspection and Acceptance of all assets inducted under this contract. The parties have agreed to 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 described within 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, requireing the Contractor'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 modificaitons) related to the instant procurement are considered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimilie, or sent by other electronic commerce method, such as email. The Government's acceptance of the Contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. 8. When submitting quotes, make to specify any exceptions, i.e. MIL-STD Packaging, MIL-STD Labeling, Inspection and Acceptance Locations, Packaging Houses, surplus material, etc. If no exceptions are indicated or received, award will be based upon solicitation requirements. Changes or Requests for Changes after award will have consideration costs deducted from unit price. 9. If supplies will be packaged at a location different from the Offeror Address, the Offeror shall provide the Name, Street Address, and CAGE Code of the packaging facility. 10. If you are not the manufacturer of the material you are offering, you must state who the Manufacturer is (Name & CAGE Code) and be able to provide traceability information if requested. Examples of traceability documentation include but are not limited to the following: Purchase Order/Invoice between you and the Manufacturer identifying the part number, revision level and quantities, Manufacturer's packing slip or certification identifying the part number, revision level and quantities. 11. Source Inspection is required for this item. Please provide any additional costs associated with Source Inspection inot your unit price. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the PUMP UNIT,ROTARY . 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 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;D4685 63857 - B 2.1.2 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 ;63857; , drawing ;D4685; ,and the applicable SUBMEPP Repair Instruction ;5050-012-0001 Rev - (CSD270); , 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 ;CSD270; 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. 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/98dab5a41337444b8bbfee289a5b639a/view)
 
Record
SN06139907-F 20210923/210921230120 (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.