SOLICITATION NOTICE
43 -- 43--PUMP UNIT,CENTRIFUG, IN REPAIR/MODIFICATION OF
- Notice Date
- 1/3/2022 12:14:11 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
- N0010422QCB16
- Response Due
- 1/17/2022 9:00:00 PM
- Archive Date
- 02/02/2022
- Point of Contact
- Telephone: 7176057554
- E-Mail Address
-
JOSHUA.R.JACOBSON@NAVY.MIL
(JOSHUA.R.JACOBSON@NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N771.3|WG3|717-605-7554|JOSHUA.R.JACOBSON4.CIV@US.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|N00104|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG| 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|||X||||||||||| 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 (NOV 2021)|13|333996|1250|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This order is issued pursuant to Special Emergency Procurement Authority. A. Since the Government intends to award without discussion, any exceptions to the requirements of this solicitation should be raised prior to submission of an offer. B. Faxed offers will NOT be accepted. C. Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting, IUID, Cyber provision & clause (DFARS 252.204-7008 & 252.204-7012). Notice of NIST SP 800-171 DoD Assessment Requirements provision & clause (DFARS 252.204-7019 & 252.204-7020) - does not apply to quote less than or equal to (=/;) $10K, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment provision & clause (FAR 52.204-24 & 52.204-25). DFARS 252.225-7974 Representation R Regarding Business Operations with the Maduro Regime. (Deviation 2020-O0005). D. Electronic submission of an offer shall be accomplished by attaching your offer to an email directed to JOSHUA.R.JACOBSON4.CIV@US.NAVY.MIL. E. Only a firm-fixed (FFP), not-to-exceed (NTE), or estimated (EST) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). F. Must adhere to IUID requirements of DFARS 252.211-7003 G. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. H. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. I. DFARS 252.225-7020 and DFARS 252.225-7021 apply to this acquisition. If DFARS 252.225-7020 has not been completed in SAM.gov, then certification under DFARS 252.225-7020 must be provided with the quote. In addition, in line with the prohibition related to procurement of covered telecommunications equipment or services, the offeror must complete and return their representations at FAR 52.204-24(d)(1) and (d)(2) along with the quote. J. Required RTAT: ## ____ days after receipt of asset. Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences: ____/month (contractor is to fill in #). A throughput of ""0"" (zero) per month reflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. K. IMPORTANT NOTE: Reconciliation: Any asset(s) for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. This adjustment will be implemented via a Reconciliation Modification at the end of contract performance. Any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. However, if the contractor does not meet the required RTAT due to inexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a Reconciliation Modification at the end of the 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. In reference to the above important note, the contractor provides the following price reduction amount per unit/per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. (contractor is to fill in amount) L. Quotes, representations, and any necessary certification under DFARS 252.225-7020 shall be emailed to JOSHUA.R.JACOBSON4.CIV@US.NAVY.MIL. M. Your quote should include the following information for justification purposes: - Repair unit price, total price and turnaround time. - New unit price and delivery lead time. - T&E fee/price (if asset is determined BR/BER) - Inspection & Acceptance CAGE, if not the same as Awardee CAGE. - Facility/Subcontractor or Packaging Facility CAGE (Where the asset will be shipped from), if not the same as Awardee CAGE. - Basis of quote pricing: ; Estimated costs, or ; Historical repair price - Cost breakdown, including profit rate(if feasible). - Quote expiration date (90 Days is requested). - Delivery Vehicle (If Delivery Order requested). \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the PUMP UNIT,CENTRIFUG . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 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. 3.2 Cage Code/Reference Number Items - The PUMP UNIT,CENTRIFUG 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. ;0EXU3 699D7672; 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://sam.gov/opp/cbe5fe5a8e204cb39c15a0a2d5c87eb6/view)
- Record
- SN06207933-F 20220105/220104201323 (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 |