Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2022 SAM #7562
SOLICITATION NOTICE

28 -- 28--CYLINDER HEAD,DIESE, IN REPAIR/MODIFICATION OF

Notice Date
8/12/2022 9:13:58 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
N0010422QNG84
 
Response Due
9/1/2022 10:00:00 PM
 
Archive Date
09/17/2022
 
Point of Contact
Telephone: 8084737558
 
E-Mail Address
DAWIT.GEBREYESUS@NAVY.MIL
(DAWIT.GEBREYESUS@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N744.S02|GE0DD|8084737558|dawit.gebreyesus@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| TIME OF DELIVERY (JUNE 1997)|20|CLIN 0001|2|135 Days|||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Stand-Alone Receiving Report-Certifications Combo-Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|TBD|TBD|TBD|N/A|N/A|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|||||||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3|||| 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 (MAY 2022)|13|333618|1,500 Employees|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION OF FIRST ARTICLE TESTING|3|||| SOLICITATION REMARKS: 1. This solicitation is for the Repair of 2EA NSN: 2815 015067131 in accordance with Reference No: 145-3216. Replacement or new procurement will not be considered. The Government does not own the drawings or data right to this NSN. 2. Government-Source Inspection and Acceptance (G-S I&A) is required. If G-S I&A will occur at a different CAGE from the Admin Award CAGE, please provide the repair facility CAGE and/or packaging CAGE with the quote. 3. Please provide the follwoing information in the repair quote: A. Your CAGE(used as the awardee CAGE):_____ B. The unit repair price: $_____(and whether this price is firm-fixed price(FFP)____; or not-to-exceed(NTE)____ C. Repair turn-around time(number of days from receipt of asset(s) to shipment of repaired asset(s):_____DAYS. D. Throughput Constraint:_____/month. Refers to the total assets to be repaired monthly after initial delivery commences. A throughput of 0000/month reflects no throughput constraint. E. The new procurement cost of this NSN(if known):$_____. F. Is this item(NSN) OBSOLETE: YES___ or NO___. G. The repair CAGE_____and Packaging CAGE_____(as described in #2). PLEASE NOTE THE FOLLOWING WHEN GENERATING YOUR QUOTE: Teardown and evaluation only quotes will NOT be accepted. Induction Expiration Date: 120 days after the date of subsiquent award. Any asset received after this date in days is not authorized to be repaired without bi-lateral agreement between the vendor and Contracting Officer. If Firm Fixed Repair Pricing is provided, Beyond Economical Repair(BER) does not exist. With DCMA concurrence, Beyond Repair (BR) is possible. If the unit is determined BR, the unit price will be negotiated downward from the awarded Firm-Fixed Repair Price. All contractual documents (i.e. Contracts, purchase orders, task orders, delivery orders and modificatons) 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 Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. Please submit a repair quote to Dawit Gebreyesus via email:dawit.gebreyesus@navy.mil. This is the only submision method authorized. Please direct questions regarding this solicitation to the person listed above. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. INSPECTION AT ORIGIN ACCEPTANCE AT ORIGIN POC EMAIL: DAWIT.GEBREYESUS@NAVY.MIL 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CYLINDER HEAD,DIESE . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CYLINDER HEAD,DIESE 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. ;11083 145-3216 REPLACED BY NIIN 014835429 11083 145-3216 REMANUFACTURED P/N 10R-8618; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 17 DEC 2007.; . 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. 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/761ac29b787648e4828868154ade1ad4/view)
 
Record
SN06425375-F 20220814/220812230122 (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.