Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2023 SAM #7802
SOLICITATION NOTICE

99 -- VALVE,SAFETY RELIEF

Notice Date
4/6/2023 1:06:51 AM
 
Notice Type
Solicitation
 
NAICS
333998 —
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010423QCC03
 
Response Due
4/13/2023 1:30:00 PM
 
Archive Date
04/28/2023
 
Point of Contact
Telephone: 7176051355
 
E-Mail Address
JOSHUA.R.JACOBSON@NAVY.MIL
(JOSHUA.R.JACOBSON@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N771.3|WG3|717-605-1355|JOSHUA.R.JACOBSON4.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|SEE SCHEDULE||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 (JAN2023))|3|||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DAYS AFTER CONTRACT AWARD DATE| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|X|X|||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332911|750|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This solicitation is issued pursuant to Emergency Acquisition Authority (EAA). A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to JOSHUA.R.JACOBSON4.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection Required. C. All freight is FOB Origin. D. This RFQ is for a BUY/Procurement. 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. E. Only a Firm-Fixed Price (FFP) will be accepted. F. Must adhere to IUID requirements of DFARS 252.211-7003 G. The ultimate awardee of the proposed contract action must be an authorized source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. H. Your quote should include the following information for justification purposes: - New procurement unit price____________________ - Total Price _____________________ - Procurement delivery lead time (PTAT) _________________ days - Award to CAGE _______________ - Inspection & Acceptance CAGE, if not at Award to CAGE _____________ - Cost breakdown, including profit rate (if feasible). - Quote expiration date _______________ (90 Days minimum is requested). - Delivery Vehicle (If Delivery Order requested)(e.g. if your CAGE has a current BOA/IDIQ) I. Important Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide an official letter and/or email from the OEM confirming that your company is an authorized distributor of their items. J. OPTIONS PROSPECTIVE OPTION QUANTITY UP TO 200% NOTES: The government requests up to a 200% option for a period of 365 days. The option grants the Government the unilateral authority to increase this order up to the above quantity within 365 days of the contract award date. This will incorporate FAR Clause 52.217-6 (Option for Increased Quantity) into the award. The contractor shall provide the same delivery time and price listed in the contract schedule. A modification will be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 200% option quantity for the contract. Yes ____ or No ____ Or if you request a variation to the option please let me know in your quote. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE,SAFETY RELIEF . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE,SAFETY RELIEF furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;71905 94-D-278 ; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV K, 15 JAN 00.; . 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 ;If a new contractor is used to supply castings, the valve must be grade ""A"" shock tested in accordance with MIL-DTL-901.; 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/0349f5f396124352a7c932b1803975bd/view)
 
Record
SN06643826-F 20230408/230406230124 (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.