Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOLICITATION NOTICE

59 -- 59--CHASSIS,ELECTRICAL-, IN REPAIR/MODIFICATION OF

Notice Date
1/24/2023 1:11:54 AM
 
Notice Type
Solicitation
 
NAICS
333998 —
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010423QNB72
 
Response Due
2/8/2023 12:30:00 PM
 
Archive Date
02/23/2023
 
Point of Contact
Telephone: 7176057296
 
E-Mail Address
RACHEL.E.SNYDER@NAVY.MIL
(RACHEL.E.SNYDER@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N744.11|BXJ|717-605-7296|rachel.e.snyder@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|COMBO INVOICE AND RECEIVING|NA|TBD|N00104|TBD|TBD|See Schedule|TBD|NA|NA|TBD|||||| MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|$10,600.00| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|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|335999|500|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This solicitation is for the repair of 1 each of NSN 5975 014887585 in accordance with Reference number 92-9211-101. Replacement or new procurement will not be considered. The Government does not own the drawings or data rights to this NSN. 2. Government-Source Inspection and Acceptance (G-S I&A) is required. If the G-S I&A will occur at a different CAGE from the Admin Award CAGE, please provide the repair facility CAGE and/or packaging CAGE with the quote. ---THE NAVY DOES NOT POSSESS THE TECHNICAL DATA NECESSARY TO REPAIR THIS ITEM. THE REPAIR OF THIS ITEM HAS BEEN DETERMINED TO BE SOLE SOURCE. ONLY SOURCES THAT ARE APPROVED BY THE IN-SERVICE ENGINEERING ACTIVITY (ISEA) MAY BE CONSIDERED FOR THE REPAIR OF THIS ITEM. IF YOUR COMPANY IS INTERESTED IN BECOMING AN APPROVED REPAIR SOURCE, YOUR COMPANY MUST BE CERTIFIED AS A DEPOT OVERHAUL POINT (DOP). IF YOU BELIEVE YOUR ORGANIZATION POSSESSES THE REQUISITE TECHNICAL DATA ANDCAPABILITY TO REPAIR THIS ITEM, PLEASE COMPLETE/RETURN A SOURCE APPROVAL REQUEST (SAR)-MARITIME (AVAILABLE FOR DOWNLOAD AT https://www.navsup.navy.mil/public/navsup/business_opps_vendor_form/ . ONCE YOUR SAR REQUEST IS RECEIVED, A TECHNICAL REFERRAL WILL BE SUBMITTED TO THE NAVAL SEA SYSTEMS COMMAND (NAVSEA) ISEA FOR REVIEW AND ENGINEERING DETERMINATION OF YOUR REPAIR CAPABILITIES. PLEASE BE AWARE THAT THE TECHNICAL REVIEW IS UNDER THEAUTHORITY OF NAVSEA AND THE PROCESS TO BECOME AN APPROVED SOURCE CAN BE LENGTHY. OFFERS SUBMITTED FOR REMANUFACTURED, SURPLUS OR NEW PROCUREMENT ACQUISITIONS WILL NOT BE CONSIDERED AND DETERMINED NON-RESPONSIVE. --- NOTE TO DISTRIBUTORS/DEALERS: IF YOU ARE A DISTRIBUTOR, YOUR QUOTATION MUST BEACCOMPANIED WITH A LETTER FROM THE ACTUAL MANUFACTURER INDICATING THAT YOU ARE AN ""AUTHORIZED"" DISTRIBUTOR. IF YOU ARE A DEALER, YOUR QUOTATION MUST BE ACCOMPANIED WITH A STATEMENT CLEARLYIDENTIFYING YOUR FIRM AS A DEALER ALONG WITH THE OEM'S NAME/CAGE CODE AND P/N THAT YOU INTEND ON PROVIDING. 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 contractors facility as reflected in the Acction 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: 69 Days ?Proposals shall reference the proposed RTAT and any capacity constraints. 3. Please provide the following information in the repair quote: A. Your CAGE (used as the awardee CAGE):___________________ B. the unit repair price: $____________________________________ and whether this price is firm-fixed price (FFP)_____; or estimated______ C. Repair turn-around me (number of days from receipt of asset(s) to shipment of repaired asset(s):_______DAYS D. Throughput Constraint: _____/month. Refers to the total assets to be repaired monthly after initial delivery commences. A throughput of 0000/month reflects no throughput constraint. E. The new procurement cost of this NSN (if known): $________________________ F. Is this item (NSN) OBSOLETE: YES____ or NO _____ G. The repair CAGE _____________ and packaging CAGE___________ (as described in #2). PLEASE NOTE THE FOLLOWING WHEN GENERATING YOUR QUOTE: We are requesting that the quotes validity extend for 8 months from the submittted proposal date. Teardown and evaluation only quotes will NOT be accepted. Induction Expiration Date: 60 days after the date of subsequent award. Any asset received after this date in days is not authorized to be repaired without bi-lateral agreement between the vendor and Contracting Officer. If Firm-Fixed Repair Pricing is provided, Beyond Economical Repair (BER) does not exist. With DCMA concurrence, Beyond Repair (BR) is possible. If the unit isdetermined BR, the unit price will negotiated downward from the awarded Firm-Fixed Repair price. 4.Since there is only one business concern capable of performing repairs on this NSN, the Small Business Set-Aside requirement has been dissolved. 5. 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. 6. Please submit a repair quote to Rachel Snyder via email: RACHEL.E.SNYDER@NAVY.MIL This is the only submission method authorized. 7. Please direct questions regarding this solicitation to the person listed above (#6). 8. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CHASSIS,ELECTRICAL- . 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 | | |N |071217|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CHASSIS,ELECTRICAL- repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;0BHF9 92-9211-101; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 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 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a ""Warning Plate"" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 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 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVICP-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/226a77799c3547b28435e2eef3fb2970/view)
 
Record
SN06572111-F 20230126/230124230108 (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.