Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

99 -- CIRCUIT CARD ASSEMB

Notice Date
4/7/2021 12:20:48 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM121QRB16
 
Response Due
5/3/2021 12:00:00 AM
 
Archive Date
05/18/2021
 
Point of Contact
Telephone: 7175503261
 
E-Mail Address
ASHLEY.SWENSON@DLA.MIL
(ASHLEY.SWENSON@DLA.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|x|x|x|x|x|x|x|x|||x|||||| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|x|x|x|||x|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| THIS SOLICITATION IS BEING ISSUED UNDER SPECIAL EMERGENCY PROCUREMENT AUTHORITY(SEPA). 1. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS, 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. 2. NO DRAWINGS OR TECHNICAL DATA ARE AVAILABLE FOR THIS ITEM. 3. DELIVERY LEAD TIME: ______________________ ARO OFFER VALID FOR ___________________ DAYS. PLEASE PROVIDE EMAIL ADDRESS FOR FOLLOW-UP COMMUNICATIONS_______________________________________. LOCATION OF INSPECTION OF SUPPLIES: NAME/CAGE ___________________________________________ ADDRESS______________________________________________ FINAL ACCEPTANCE AND PACKAGING LOCATION IF DIFFERENT THAN OFFEROR: NAME/CAGE ___________________________________________ ADDRESS______________________________________________ 4. NOTICE TO SURPLUS/NEW SURPLUS/NEW MANUFACTURED SURPLUS SUPPLIERS: SUBMISSION OF YOUR QUOTE WITHOUT A SURPLUS CERTIFICATE WILL NULL AND VOID YOUR QUOTE. A SURPLUS MATERIAL CERTIFICATE MUST ACCOMPANY ALL QUOTES FOR SURPLUS/NEW SURPLUS/NEW MANUFACTURED. IF SUMBITTING QUOTE VIA EDI, A FAXED OR SCANNED COPY MUST BE SENT TO THE BUYER. 5. WHEN SUBMITTING QUOTES VIA EDI, MAKE SURE YOU SPECIFY ANY EXEPTIONS (I.E. MIL SPECS/STANDARDS, PACKAGING, I&A, PACKAGING HOUSES ETC) OR FOLLOW UP WITH A HARDCOPY OF THE EXCEPTIONS. IF NOTHING IS INDICATED OR RECEIVED, AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FOR CHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEDUCTED ON MODIFICATIONS. 6. IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUST STATE WHO THE OEM IS (CAGE CODE) AND THE PART NUMBER YOU ARE OFFERING. 7. IT IS RECOMMENDED THAT VENDORS PROVIDE CONTACT INFORMATION TO NAVSUP WSS MECHANICSBURG IN ORDER TO RECEIVE AUTOMATED NOTIFICATIONS FROM NAVY ELECTRONIC COMMERCE ONLINE (NECO) WHEN CONTRACTS/MODIFICATIONS ARE ISSUED BY DLA MARITIME MECHANICSBURG AND POSTED ON EDA. TO RECEIVE THESE NOTIFICATIONS, CONTACT: NAVSUPWSS CODE 025, PROCUREMENT SYSTEMS DESIGN AND CONTRACT SUPPORT DIVISION VIA EMAIL AT ITIMP.WSS.FCT@NAVY.MIL. PLEASE INCLUDE THE FOLLOWING INFORMATION WITH YOUR REQUEST: CAGE CODE, COMPANY NAME, ADDRESS AND POC WITH PHONE NUMBER AND EMAIL ADDRESS. CONTRACTORS CAN VIEW THEIR ORDERS, CONTRACTS AND MODIFICATIONS AT THE ELECTRONIC DOCUMENT ACCESS (EDA) WEB TOOL. THIS WEB TOOL IS LOCATED AT THE WIDE AREA WORKFLOW (WAWF) WEBSITE. IT IS RECOMMENDED THAT THE CONTRACTOR R EGISTER FOR EDA AT HTTPS://WAWF.EB.MIL/. CLICK ON NEW USER AND REGISTRATION. 8. THE DEPARTMENT OF DEFENSE (DOD) HAS ISSUED AN INTERIM RULE (2019-D041), EFFECTIVE NOVEMBER 30, 2020, RELATED TO THE CYBER SECURITY REQUIREMENTS IN DFARS 252.204-7012. THE PURPOSE OF THIS NEW RULE IS TO ASSESS THE CYBERSECURITY PROTECTPROTECTIONS EACH INDIVIDUAL CONTRACTOR HAS IN PLACE AND INCLUDES THEIMPLEMENTATION OF A DOD NIST SP 800-171 ASSESSMENT METHODOLOGY. THE OFFEROR, BY SUBMISSION OF ITS QUOTATION, REPRESENTS THE FOLLOWING, IF DFARSCLAUSE 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBERINCIDENT REPORTING, APPLIES - (1) IN ACCORDANCE WITH DFARS PROVISION 252.204-7019, IT HAS IMPLEMENTED THE NIST SP 800-171 SECURITY REQUIREMENTS FOR ITS INFORMATION SYSTEMS; AND (2) ITS SUMMARY LEVEL SCORES ARE POSTED IN THE SUPPLIER PERFORMANCE RISK SYSTEM(SPRS) (HTTPS://WWW.SPRS.CSD.DISA.MIL/) IN ACCORDANCE WITH PARAGRAPH (D) OFDFARS CLAUSE 252.204-7020, NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS. FAILURE TO COMPLY MAY RESULT IN BEING UNABLE TO AWARD TO THE OFFEROR. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CIRCUIT CARD ASSEMB . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=MIL-STD-130 | | |K |000117|A| | | DOCUMENT REF DATA=IS0 9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CIRCUIT CARD ASSEMB furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;24930 299306-1; 3.2 Marking - This assembly and its piece parts shall be physically identified in accordance with MIL-STD-130. 3.3 Vendor Waivers/Deviations - Compliance with the delivery date and technical requirements of NAVICP-MECH Repair Part Material contracts is expected. As a cautionary note, seller intended use of any material which is not in full compliance with the specified contract technical requirements shall be identified as an exception in response to this solicitation. Request for delivery date extensions and waivers/deviations shall be accompanied by an explanation of the cause for the delay, or the reason for the requested nonconformance to this solicitation in the event the Procurement Contracting Officer (PCO) concurs with your request. Request for waivers/deviations shall provide justification for the requested change including an evaluation which demonstrates that proposed nonconformance will not affect the quality, form, fit, or function of the part. Requests for Waiver/Deviations shall be presented to the Government Quality Assurance Representative (QAR) for comment. (The QAR shall forward the request, with their comments, directly to the post award PCO within five working days after receipt.) 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 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. 4.3 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://beta.sam.gov/opp/510d2ede577e4c2bac25ede62b688a5c/view)
 
Record
SN05965492-F 20210409/210407230118 (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.