SOLICITATION NOTICE
61 -- 61--MOTOR,ALTERNATING C, IN REPAIR/MODIFICATION OF
- Notice Date
- 6/9/2025 5:38:53 AM
- Notice Type
- Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010425RZB63
- Response Due
- 7/7/2025 11:00:00 AM
- Archive Date
- 07/22/2025
- Point of Contact
- Telephone: 7176057562
- E-Mail Address
-
AMANDA.A.GOWDY.CIV@US.NAVY.MIL
(AMANDA.A.GOWDY.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N742.4|WR1|(717) 605-7562|amanda.a.gowdy.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Receiving Report & Invoice (COMBO) Certifications - Stand-Alone Receiving Report|N/A|To Be Determined (TBD)|N00104|TBD|TBD|SW3215|TBD|N/A|N/A|N/A|Certifications - N45404|N/A|N/A|See Form DD1423|Not a pplicable| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|Weapon Systems Support (WSS)| VALUE ENGINEERING (JUN 2020)|3|||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIST OF AWARD ATTACHMENTS|5|X|4|X|X|X| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|336611|1300 (# of employees)|||||||||||| TYPE OF CONTRACT (APR 1984)|1|firm-fixed priced | NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This is an Advanced Equipment Repair Program (AERP) Requirement. 2. Proposal(s) shall be submitted as a firm-fixed price for the full repair effort based on the Repair Instruction or SOW. Please include the following: a. Teardown and Evaluation Rate: b. RTAT: c. Throughput Constraint: d. Induction Expiration Date: A cost of new price shall also be provided in addition to the repair price. 3. This requirement will be awarded against Basic Ordering Agreement (BOA)N00024-23-G-4303. 4. Any contract/order awarded as a result of this solicitation will be a ""DO""rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating forNational Defense, Emergency Preparedness, and Energy Program Use. 5. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant repair are considered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or send by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual details as detailed herein. 6. When submitting offers, make sure to specify any exceptions, i.e. MIL-STD packaging, MIL-STD labeling, inspection and acceptance locations, packaging houses, surplus material, etc. If no exceptions are indicated or received, award will be issued upon the solicitation requirements. Changes or requestsfor changes after award will require consideration costs deducted from the unit price. 7. If supplies will be packaged at a location different from the offeror address, the offeror shall provide the name, street address, and cage code of the packaging facility. 8. Offerors must have a valid U.S. security clearance of CONFIDENTIAL or higher in order to respond to this RFP N00104-25-R-ZB63, because RFP N00104-25-R-ZB63 includes annex (information) classified at the CONFIDENTIAL level which will be released only to the offerors possessing the appropriate clearance. All classified material must be handled in accordance with the National Industral Security Program Operating Manual (NISPOM) (DoD5220-22-M)and Industrial Security Regluation (DoD 5220.22-R). Repair Turnaround Time (RTAT): the resultant contractual delivery requirementis measured from asset Return to the date of asset acceptance under the termsof the contract. For purposes of this section, Return is defined as physicalreceipt of the F-condition asset at the contractors facility as reflected inthhe Action Date entry in the Commercial Asset Visibility (CAV) system. Inaccordance with the CAV Statement of Work, the contractor is required toaccurately 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: 365 Days Proposals shall reference the proposed RTAT and any capacity constraints. PRICE REDUCTIONS Any assets for which the contractor does not meet the required RTAT will incura price reduction of XXXX per unit. This adjustment will be implemented via areduction modification at the end of contract performance. Price reductionsmade pursuant to this section shall not limit other remedies available to theGovernment for failure to meet required RTATs, including but not limited tothe Government's rights to terminate for default. RECONCILIATION A reconciliation modification will be issued after final inspection and acceptance of all assets included under this contract. The parties have agreedto a price (shown on the schedule page) for each unit at the negotiated RTAT. Such prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, the price adjustment as stated shall be applicable. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. The Contractor must obtain final inspection and acceptance by the Governmentfor all assets within the RTATs established in this contract. \ 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| 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. 5, CSD629; , 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 ;CSD629 and CSD630 ; 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/c3b5ef107d784b64b1f49594bbb25dae/view)
- Record
- SN07470820-F 20250611/250609230043 (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 |