Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2024 SAM #8198
SOLICITATION NOTICE

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

Notice Date
5/6/2024 12:48:15 AM
 
Notice Type
Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010424QZB95
 
Response Due
6/3/2024 1:30:00 PM
 
Archive Date
06/18/2024
 
Point of Contact
Telephone: 7176057574
 
E-Mail Address
ASHTON.K.PERRY.CIV@US.NAVY.MIL
(ASHTON.K.PERRY.CIV@US.NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N742.11|WR1DD|717-605-7574|ashton.k.perry.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| TIME OF DELIVERY (JUNE 1997)|20|CLIN 0001|TWO (2)|229 |||||||||||||||||| REPAIR DELIVERY (FIRM FIXED PRICE)|1|229| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Combo Invoice and Receiving Report|Material - Inspect & Accept at Source |TBD|TBD|TBD|Certifications - TBD Material - TBD |Certifications - TBD Material - SW3117, QTY 1; SW3215, QTY 1|96169|N/A|N/A|N/A|See for m DD1423|N/A|N/A|See form DD1423|1-866-618-5988 - WAWF Helpdesk| NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER|3|||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| FIRM FIXED PRICE REPAIR PURCHASE ORDERS|1|| CONTRACT DEFINITIZATION (MAY 2023)|5|Firm-Fixed Price|Firm-Fixed Price|Vendor shall complete a Teardown & Evaluation of the carcass and submit a Firm-Fixed Price quote within 90 days of Contract Effective Date.|Firm-Fixed Price|TBD| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13||X|||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|335312|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. Quote is to be submitted as a Firm-Fixed Price (FFP) or an Estimated, Not-To-Exceed (NTE) Price for the full repair effort of the requirement. If an estimated price quote is submitted, the vendor will have 90 days to complete teardown and evaluation of the carcasses and submit a FFP Quote. 3. When submitting quote, please include cost of new. 4. When submitting a quote, make sure to specify any exceptions, i.e. MIL-STD packaging, MIL-STD labeling, Inspection and Acceptance Locations, Packaging House, Surplus Material, 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 unit price. 5. Include in repair quote 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. Also, please provide the following: a. Teardown and Evaluation Rate: b. RTAT: c. Throughput Constraint: d. Induction Expiration Date: 6. PRICE REDUCTIONS - 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 Reduction 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 to meet required RTATs, including but not limited to the Government's rights to terminate for default. 7. RECONCILIATION - A reconciliation modification will be issued after finalinspection and acceptance of all assets included under this contract. The parties have agreed to a price (shown on the schedule page) for each unit atthe negotiated RTAT. Such prices are based on the Contractor meeting the RTrequirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, the price adjustment as stated shall be applicable. 8. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 9. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in this contract. - Requested RTAT: 229 Days Proposals shall reference the proposed RTAT and any capacity constraints. 10. If supplies will be packaged at a location different from the Offeror's address, the Offeror will provide the Name, Street Address, and CAGE of the Packaging Facility. 11. If you are not the manufacturer of the material called out in the requirement, a letter from the actual manufacturer on company letterhead statin 12. Any contract awarded as a result of this solicitation will be DO certified for national defense 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. 13. Offeror's must have a valid U.S. Security Clearance of CONFIDENTIAL or higher in order to respond to this RFQ N0010424QZB95, because the RFQ N0010424QZB95 includes an annex classified at the CONFIDENTIAL level which will be released only to offerors possessing the appropriate clearance. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NSPOM)(DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture or refurbishment 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 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 2.2 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;4456141 Rev A, Confidential; DRAWING DATA=BID123 |53711| -| |D|0001 | -|49998|0015028 DRAWING DATA=4456141 |80064| | |X|0001 | |00000|0000000 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. 4, CSD449 and MS NO. 2380-081-019 REV B CHG-18 (CSD450); , 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 ;CSD449 and CSD 450; 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/ac16049cb8fb4e0fbd8ace3d3362505b/view)
 
Record
SN07054523-F 20240508/240506230047 (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.