Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOLICITATION NOTICE

61 -- 61--MOTOR,ALTERNATING C, IN REPAIR/MODIFICATION OF

Notice Date
1/5/2023 1:07:42 AM
 
Notice Type
Solicitation
 
NAICS
333998 —
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010422QZC30
 
Response Due
1/31/2023 12:30:00 PM
 
Archive Date
02/15/2023
 
Point of Contact
Telephone: 7176052982
 
E-Mail Address
BRITTANY.A.LANGLETZ@NAVY.MIL
(BRITTANY.A.LANGLETZ@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N742.8|WR1DD |717-605-2982|brittany.a.langletz.civ@us.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|||||| TIME OF DELIVERY (JUNE 1997)|20|CLIN 0001AA|Two (2)|365|||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Certifications - Stand-Alone Receiving Report Material - Receiving Report & Invoice Combo |Material - Inspect & Accept at Source |To Be Determined (TBD)|N00104|TBD|TBD|N60138|TBD|N/A|N/A|N/A|Certifications - N4 5404 |N/A|N/A|See 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|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| 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) (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|335312|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| 1. This is an Advanced Equipment Repair Program (AERP) Requirement. 2.This solicitation is for the repair of two (2) NSN: 7HH 6105 008308048 E3, MOTOR,ALTERNATING C. 3. All contractual documents (i.e. contracts, purchase orders, taskorders, delivery orders, and modifications) 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. 4. Any contract awarded as a result of this solicitation will be DO certified for national defense use under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded will be a rated order. 5. This requirement is pursuant to the Emergency Acquisition Flexibilities (EAF). 6. When submitting quotes, specify any exceptions, i.e. MIL-STD packaging, MIL-STD labeling, inspection and acceptance locations, packaging houses, surplusmaterial, 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 the unit price. 7. 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. 8. Please provide repair price as firm or not-to-exceed. Specify on proposal firm or NTE. If you choose firm repair pricing, 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. All transportation to/from repair site will be paid for by US Navy. Also, please provide: Teardown and Evaluation Rate: _________ RTAT: ____________________ Throughput Constraint: ________________ Induction Expiration Date: ______________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms ofthe 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. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Requested RTAT: 0365 Days Proposals shall reference the proposed RTAT and any capacity constraints. 9. Any assets for which the contractor does not meet the required RTAT will incur a price reduction of XXXX per unit. Any assets 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 tomeet required RTATs, including but not limited to the Government's right to terminate for default. 10. Offerors must have a valid U.S. security clearance of CONFIDENTIAL or higher in order to respond to this RFP N00104-22-R-ZC30, because SOL N00104-22-Q-ZC30 includes annex (information) classified at the CONFIDENTIAL level which will be released only to the offerors possessing the appropriate clearance. All classified material must be handled in accordance with the National Industral Security Program Operating Manual (NISPOM) (DoD 5 5220-22-M)and Industrial Security Regluation (DoD 5220.22-R). \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the MOTOR,ALTERNATING C . 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 ;15S337 01425 L D; 2.1.2 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.2 Certian documents pertaining to this item are classified. The seller must be cleared to receive these classified documents. A DD form 254 is required. Vendors require access to Confidential National Security Information. ;4456141 Rev A; is classified. Classification is ;Confidential; . DRAWING DATA=BID123 |53711| -| |D|0001 | -|49998|0015028 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 ;01425; , drawing ;15S337 PC 1 TO 60; ,and the applicable SUBMEPP Repair Instruction ;2460-012-0653, Rev J, Chg. 3, CSD362; , 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 ;CSD362; 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ac35803c5de4ee5a07144864b1149d3/view)
 
Record
SN06557441-F 20230107/230105230109 (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.