Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

70 -- 70--COMPUTER,DIGITAL MA- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF

Notice Date
8/14/2020 3:10:38 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038320QM550
 
Response Due
8/17/2020 12:00:00 AM
 
Archive Date
09/01/2020
 
Point of Contact
Telephone: 2156971255
 
E-Mail Address
STACEY.RYAN@NAVY.MIL
(STACEY.RYAN@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N761.02|P1B|215-697-1255|stacey.ryan@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||x|||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and receiving report ""combo"" type.|Invoice and receiving report ""combo"" type.|TBD|TBD|TBD|TBD|TBD|TBD|Not Applicable|Not Applicable|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 months|60 days after discovery of defect||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|334111|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| EVALUATION CRITERIA AND BASIS FOR AWARD -|1|| This item requires Government Source Approval prior to award. If you are not anapproved source, you must submit, together with your proposal, the information detailed in the NAVSUP Source Approval Request (SAR) Brochure which can be obtained on the internet at: https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps/Offers received which fail to provide all of the data required by the SAR brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processedin time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of requirement may be continued based on Fleet support needs. 1. SCOPE 1.1 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;Harris Corporation; drawing number ( ;cage (91417); ) ;P/N 3033230-104; , Revision ;Latest; , Engineering Order(s) ;Latest; , and all details and specifications referenced therein. 1.2 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. MIL-W-22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with MIL-STD-2000A. Personnel performing tasks in accordance with MIL-STD-2000A shall be trained and certified as required by MIL-STD-2000A paragraph 5.1.4. 1.5 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;Harris Corporation; drawing number ( ;(91417) ; ) ;3033230-104; , Revision ;Latest; and all details and specifications referenced therein. 1.6 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. MIL-W-22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.7 If MIL-STD 454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with the latest revision of MIL-STD 2000 paragraph 1.2.6 (Soldering Specification). Contractors will not be denied consideration for contract award solely because they have not been able to obtain certifications due to unavailability of class billets in authorized soldering training schools. Contractors making a good faith effort to obtain class billets to certify the necessary personnel shall be given equal opportunity to do so and to compete for contracts. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS COMPUTER,DIGITAL MA , ;CAGE 77245 ; , ;3033230-104; , 7RH 7021-01-495-3688 QE 3.1 Applicable Documents 3.1.1 The contractor shall perform the necessary work to return the subject item to Ready-For-Issue (RFI) serviceable operating condition and insure compliance with the requirements of the following drawings and specifications: 1. COMPUTER,DIGITAL MA Drawing ( ;(77245) ; ) ;P/N 3033230-104 CAGE (77245); Rev ;LATEST ; . 2. All inspections, evaluations, repair/overhaul, and testing functions shall be in compliance with: ;3033230-104); 3.2 Work Requirements: 3.2.1 All units determined by the contractor to be beyond economical repair (cost of repair/rework not to exceed ;80%; of the original cost of the item) shall bear a confirmation by DCMC and shall accompany the contract evaluation and quote to the Contracting Officer. In the event that an item is received with one or more subassemblies missing, the contractor shall promptly obtain confirmation of such finding from the DCMC (QAR) and upon confirmation notify the PCO 3.2.2 Acceptance testing shall be conducted under the surveillance of the DCMC (QAR). These tests shall include all tests necessary to assure that the material serviced conforms to the performance required to provide Ready-For-Issue material. The DCMC shall retain the authority to conduct or reconduct any tests deemed necessary to insure compliance with the applicable documents and specifications that are cited in paragraph 1 of the requirements section. 3.2.3 A copy of the DD Form 250 shall be packed with each unit processed under this contract. One copy of the DD Form 250 shall be forwarded to the Procurement Contracting Officer. 3.2.4 The contractor shall perform Testing and Evaluation (T&E) of all units submitted for work. T&E shall be conducted in accordance with the repair manual or specifications stated in section 1 of this statement of work. Based on the results of the T&E, severity of the failure, and total operational hours accumulated since the last repair/overhaul, the contractor shall make its recommendations to either repair or overhaul the unit to the DCMC (QAR). The contractor shall not begin work before receiving approval from the DCMC (QAR). 3.2.5 Upon receiving DCMC (QAR) approval, the contractor shall overhaul or repair the subject item to a Ready-For-Issue (RFI), serviceable operating condition and insure compliance with the requirements of the documents and specifications listed in paragraph 1 of the requirement's section. 3.2.6 For the purpose of the statement of work, ""Overhaul"" is defined as follows: All items regardless of their condition shall be subjected to all of actions outlined in the documents and specifications listed in section 1. The contractor shall inspect all components and repair/refurbish/replace those components that fail to meet the limits specified in the documents and specifications listed in paragraph 1 of the requirement's section. Parts exceeding the dimensional limits shall be scrapped or repaired in accordance with documents and specifications listed in section 1 of this SOW. Parts that cannot be repaired/refurbished shall be scrapped and material review (MRB) will not be granted on these components/parts. 3.2.7 For the purposes of this statement of work, ""REPAIR"" is defined as follows: Items deemed repairable shall be subjected only to the actions necessary to correct the failed/non-operational condition. All work shall be performed as outlined in the documents and specifications listed in section 1 of this SOW. The contractor shall inspect only those components/areas identified in the Testing and Evaluation phase as being defective, and repair, replace and or refurbish those failing to meet the limits specified in the documents and specifications listed in section 1 of this SOW. Parts exceeding the dimensional limits shall be scrapped or repaired in accordance with the documents and specifications listed in section 1. Parts that cannot be repaired/refurbished shall be scrapped and material review (MRB) will not be granted for these items. 3.2.8 Services required to accomplish the above objectives shall be in accordance with the contractor's established industrial shop methods and existing special tools and test equipment. 3.2.9 ;APPLIES; Service change bulletins or modifications, except as specified herein, shall not be incorporated by the contractor without prior approval from the contracting officer. 3.2.10 ;N/A; Change modifications ;N/A; shall be incorporated for the items under this contract. Reworked/upgraded items will be reidentified as follows: ;N/A; 3.3 In the event that the contractor requests a waiver, deviation or modification for parts/subassemblies, all Engineering Change Proposals, waivers, and deviations shall be prepared in accordance with MIL-STD-973. 3.4 Quality Assurance: 3.4.1 During the performance of this contract, the contractor shall maintain a Quality Assurance System in accordance with MIL-I-45208, or equivalent (e.g. ISO-9001, ISO-9002, MIL-Q-95208) The contractor shall prepare and maintain manufacturing, repair, modification assembly and inspection procedures which shall be made available to the Government for review and approval.The procedures shall include sequential diagramsof a process as well as the performance specification to perform the procedures. 4. QUALITY ASSURANCE 4.1 . Quality/Inspection Requirements The following quality/inspection requirements apply: MIL-I-45208A and paragraphs 3.1-3.5, 5.1-5.2, 6.1-6.2 of MIL-Q-9858. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE 1. SCOPE 1.1 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;Harris Corporation; drawing number ( ;(91417); ) ;3033230-105; , Revision ;Latest; and all details and specifications referenced therein. 1.2 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. MIL-W-22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.3 If MIL-STD 454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with the latest revision of MIL-STD 2000 paragraph 1.2.6 (Soldering Specification). Contractors will not be denied consideration for contract award solely because they have not been able to obtain certifications due to unavailability of class billets in authorized soldering training schools. Contractors making a good faith effort to obtain class billets to certify the necessary personnel shall be given equal opportunity to do so and to compete for contracts. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS COMPUTER,DIGITAL , ;91417; , ;3033230-105; , 7RH 7021-01-537-7202 QE 3.1 Applicable Documents 3.1.1 The contractor shall perform the necessary work to return the subject item to Ready-For-Issue (RFI) serviceable operating condition and insure compliance with the requirements of the following drawings and specifications: 1. COMPUTER,DIGITAL Drawing ( ;303323 (105 for dash config); ) ;3033230; Rev ;3033230-105; . 2. All inspections, evaluations, repair/overhaul, and testing functions shall be in compliance with: ;3033230-105; 3.2 Work Requirements: 3.2.1 All units determined by the contractor to be beyond economical repair (cost of repair/rework not to exceed ;80% of cost of a new built item.; of the original cost of the item) shall bear a confirmation by DCMC and shall accompany the contract evaluation and quote to the Contracting Officer. In the event that an item is received with one or more subassemblies missing, the contractor shall promptly obtain confirmation of such finding from the DCMC (QAR) and upon confirmation notify the PCO 3.2.2 Acceptance testing shall be conducted under the surveillance of the DCMC (QAR). These tests shall include all tests necessary to assure that the material serviced conforms to the performance required to provide Ready-For-Issue material. The DCMC shall retain the authority to conduct or reconduct any tests deemed necessary to insure compliance with the applicable documents and specifications that are cited in paragraph 1 of the requirements section. 3.2.3 A copy of the DD Form 250 shall be packed with each unit processed under this contract. One copy of the DD Form 250 shall be forwarded to the Procurement Contracting Officer. 3.2.4 The contractor shall perform Testing and Evaluation (T&E) of all units submitted for work. T&E shall be conducted in accordance with the repair manual or specifications stated in section 1 of this statement of work. Based on the results of the T&E, severity of the failure, and total operational hours accumulated since the last repair/overhaul, the contractor shall make its recommendations to either repair or overhaul the unit to the DCMC (QAR). The contractor shall not begin work before receiving approval from the DCMC (QAR). 3.2.5 Upon receiving DCMC (QAR) approval, the contractor shall overhaul or repair the subject item to a Ready-For-Issue (RFI), serviceable operating condition and insure compliance with the requirements of the documents and specifications listed in paragraph 1 of the requirement's section. 3.2.6 For the purpose of the statement of work, ""Overhaul"" is defined as follows: All items regardless of their condition shall be subjected to all of actions outlined in the documents and specifications listed in section 1. The contractor shall inspect all components and repair/refurbish/replace those components that fail to meet the limits specified in the documents and specifications listed in paragraph 1 of the requirement's section. Parts exceeding the dimensional limits shall be scrapped or repaired in accordance with documents and specifications listed in section 1 of this SOW. Parts that cannot be repaired/refurbished shall be scrapped and material review (MRB) will not be granted on these components/parts. 3.2.7 For the purposes of this statement of work, ""REPAIR"" is defined as follows: Items deemed repairable shall be subjected only to the actions necessary to correct the failed/non-operational condition. All work shall be performed as outlined in the documents and specifications listed in section 1 of this SOW. The contractor shall inspect only those components/areas identified in the Testing and Evaluation phase as being defective, and repair, replace and or refurbish those failing to meet the limits specified in the documents and specifications listed in section 1 of this SOW. Parts exceeding the dimensional limits shall be scrapped or repaired in accordance with the documents and specifications listed in section 1. Parts that cannot be repaired/refurbished shall be scrapped and material review (MRB) will not be granted for these items. 3.2.8 Services required to accomplish the above objectives shall be in accordance with the contractor's established industrial shop methods and existing special tools and test equipment. 3.2.9 ;n/a; Service change bulletins or modifications, except as specified herein, shall not be incorporated by the contractor without prior approval from the contracting officer. 3.2.10 ;n/a; Change modifications ;n/a; shall be incorporated for the items under this contract. Reworked/upgraded items will be reidentified as follows: ;n/a; 3.3 In the event that the contractor requests a waiver, deviation or modification for parts/subassemblies, all Engineering Change Proposals, waivers, and deviations shall be prepared in accordance with MIL-STD-973. 3.4 Quality Assurance: 3.4.1 During the performance of this contract, the contractor shall maintain a Quality Assurance System in accordance with MIL-I-45208, or equivalent (e.g. ISO-9001, ISO-9002, MIL-Q-95208) 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a5111e0a89140dba75dbc38fe12229d/view)
 
Record
SN05759337-F 20200816/200814230158 (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  © 1994-2020, Loren Data Corp.