Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOLICITATION NOTICE

70 -- 58--COMPUTER SUBASSEMBL

Notice Date
6/24/2022 1:18:33 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
N0010422QUD72
 
Response Due
7/4/2022 10:00:00 PM
 
Archive Date
07/20/2022
 
Point of Contact
Telephone: 7176053918
 
E-Mail Address
CARIN.HOOVER@NAVY.MIL
(CARIN.HOOVER@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N711.8|AEE|N/A|CARIN.HOOVER@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|TBD|TBD|TBD|N00104|TBD|TBD|W25G1U AND W62G2T|TBD|||TBD|||||CARIN.HOOVER@NAVY.MIL| 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 (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3|||| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED ITEMS (MAY 2008))|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|X|X|X|||X|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 (MAY 2022)|13|334290|750|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This solicitation is being issued under FAR 18.2 EMERGENCY ACQUISITION AUTHORITY (EAA, formerly SEPA) 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. IN ACCORDANCE WITH DFARS 217.7301, CONTRACTORS SHALL IDENTIFY THEIR SOURCES OFSUPPLY IN CONTRACTS FOR SUPPLIES. IF THE PRODUCT CURRENTLY BEING PROCURED IS ANON-VALUE ADDED PRODUCT, PLEASE PROVIDE: ACTUAL MANUFACTURER: CAGECODE: ADDRESS: NOTE TO DISTRIBUTORS: IF YOU ARE A DISTRIBUTOR, YOUR QUOTATION MUST BE ACCOMPANIED WITH A LETTER FROMTHE ACTUAL MANUFACTURER INDICATING THAT YOU ARE AN ""AUTHORIZED"" DISTRIBUTOR. Traceability is required from the OEM to your company. At a minimum this must include the Product description, part number/NSN, manufacturing source,manufacturing source's cage code, and clear identification of the name andlocation of all supply chain intermediaries between the manufacturer, to thecontractor, to what would be acceptance by the government. INSPECTION AND ACCEPTANCE (I/A) AT SOURCE IS REQUIRED. INSPECTION ANDACCEPTANCE AT DESTINATION IS NOT AUTHORIZED AND WILL NOT BE ACCEPTED. IF I/A ARE NOT COMPLETED AS STATED PRIOR TO SHIPMENT, THE CONTRACTOR WILL BE HELD RESPONSIBLE FOR RETURNING THE MATERIAL, AT THE CONTRACTOR'S EXPENSE, TOTHE ABOVE LOCATION SO THAT INSPECTION AND ACCEPTANCE CAN BE COMPLETED. IFINSPECTION AND ACCEPTANCE ARE NOT COMPLETED AS STATED, PAYMENT WILL NOT BEPROCESSED AND THE ORDER/CONTRACT MAY BE CANCELLED OR TERMINATED FOR DEFAULT. SOURCE INSPECTION AND ACCEPTANCE: CAGE _(enter cage)____ PACKAGING, FINAL INSPECTION & ACCEPTANCE: CAGE (enter cage)_____ FOB SOURCE REQUIRED. CONTRACT DISTRIBUTION It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy ElectronicCommerce Online (NECO) when contracts / modifications are issued and posted onEDA. To receive these notifications, contact: NAVSUP WSS Code 025,Procurement Systems Design and Contract Support Division via email atNAVSUPWSSITIMPHelpDesk@navy.mil. Please include the following information withyour request: CAGE code, company name and address and POC with phone n numberand email address. Contractors can view their orders, contracts and modifications at theElectronic Document Access (EDA) web tool. This web tool is located at theWide Area Workflow (WAWF) web site. It is recommended that contractorsregister for EDA at: https://wawf.eb.mil/. Click on New User andRegistration. THE OFFEROR, BY SUBMISSION OF ITS QUOTATION, REPRESENTS THE FOLLOWING, IF DFARSCLAUSE 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBERINCIDENT REPORTING, APPLIES - (1) IN ACCORDANCE WITH DFARS PROVISION 252.204-7019, IT HAS IMPLEMENTED THENIST SP 800-171 SECURITY REQUIREMENTS FOR ITS INFORMATION SYSTEMS; AND (2) ITS SUMMARY LEVEL SCORES ARE POSTED IN THE SUPPLIER PERFORMANCE RISK SYSTEM(SPRS) (HTTPS://WWW.SPRS.CSD.DISA.MIL/) IN ACCORDANCE WITH PARAGRAPH (D) OFDFARS CLAUSE 252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS. FAILURE TO COMPLY MAY RESULT IN BEING UNABLE TO AWARD TO THE OFFEROR. Please note : Resulting award will be issued bilaterally. POC: Carin A Hoover, carin.hoover@navy.mil. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the COMPUTER SUBASSEMBL , part of the ;MK162MOD0,F100CL,COMPUTER,GRIDLOCK SYSTEM(AEGIS); . 1.1.1 Full Item Name for COMPUTER SUBASSEMBL Referenced in this contract/purchase order is ;NTDS TYPE A/B I/O MODULE; . 1.2 Master Phototools (Artwork) - the government cannot provide the Stable Base Master Phototools (Artwork). The contractor is required to acquire or develop the Stable Base Master Phototools (Artwork) for manufacture of the COMPUTER SUBASSEMBL . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The COMPUTER SUBASSEMBL furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;08YX1 530-4000-001 08YX1 530-5000-001; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.3 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. 3.4 Vendor Waivers/Deviations - Compliance with the delivery date and technical requirements of NAVICP-MECH Repair Part Material contracts is expected. As a cautionary note, seller intended use of any material which is not in full compliance with the specified contract technical requirements shall be identified as an exception in response to this solicitation. Request for delivery date extensions and waivers/deviations shall be accompanied by an explanation of the cause for the delay, or the reason for the requested nonconformance to this solicitation in the event the Procurement Contracting Officer (PCO) concurs with your request. Request for waivers/deviations shall provide justification for the requested change including an evaluation which demonstrates that proposed nonconformance will not affect the quality, form, fit, or function of the part. Requests for Waiver/Deviations shall be presented to the Government Quality Assurance Representative (QAR) for comment. (The QAR shall forward the request, with their comments, directly to the post award PCO within five working days after receipt.) 3.5 Source Control Item - Previous delivery of the specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item previously approved by the Government have been solicited. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualificatin to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 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. 4.3 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 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a ""Distribution Statement"" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/463293f5a2824c7d9ef88fd600702099/view)
 
Record
SN06369044-F 20220626/220624230102 (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.