SOLICITATION NOTICE
61 -- 61--MOTOR,DIRECT CURREN, IN REPAIR/MODIFICATION OF
- Notice Date
- 12/2/2020 8:27:24 AM
- Notice Type
- Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010420QFC01
- Response Due
- 12/8/2020 12:00:00 AM
- Archive Date
- 12/23/2020
- Point of Contact
- Telephone: 7176053261
- E-Mail Address
-
AMBER.L.MILLER@NAVY.MIL
(AMBER.L.MILLER@NAVY.MIL)
- Awardee
- null
- Description
- CONTACT INFORMATION|4|N743.20|WR5DD|(717)605-3261|amber.l.miller@navy.mil| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X|X||||||| TIME OF DELIVERY (JUNE 1997)|20|CLIN 0001AA|EIGHT (8)|532|||||||||||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Certifications - Stand-Alone Receiving Report Material - Receiving Report & Invoice Combo|Material - Inspect & Accept at Source|HQ0337|N00104|S3101A|Certifications - N45404 Material - S3101A|Certifications - N4 5404 Material - TBD|51802|N/A|N/A|N/A|Certifications - N45404|N/A|N/A|See form DD1423|1-866-618-5988 - WAWF Helpdesk| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| VIOLATION OF ARMS CONTROL TREATIES OR AGREEMENTS - CERTIFICATION (JUN 2018)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2020)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014)|3|335312|1250|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|335312|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. Subject requirement is hereby updated to include revisions of FAR and DFARS clauses already incorporated into the solicitation. 2. Clause 252.222-7999 Combatting Race and Sex Stereotyping (DEVIATION 2021-O0001) is hereby incorporated into the subject requirement. COMBATTING RACE AND SEX STEREOTYPING (DEVIATION 2021-O0001)(NOV 2020) (a) Definitions. As used in this clause - ""Race or sex scapegoating"" means ascribing character traits, values, Moral and ethical codes, privileges, status, or beliefs to a race or sex, or t an individual because of his or race or sex. (b) Exemptions. The exemptions that apply to Executive Order (E.O.) 11246 (see FAR 22.807) also apply to E.O. 13950 and the requirements of this clause. (c) Compliance with E.O. 13950, Combating Race and Sex Stereotyping. Unless exempted under paragraph (b) of this clause, the Contractor shall not use any workplace training that inculcates in its employees any form of race or sex scapegoating, including the concepts that - (1) One race or sex is inherently superior to another race or sex; (2) An individual, by virtue of his or her race or sex, is inherently racist, sexist, or oppressive, whether consciously or unconsciously (3) An individual should be discriminated against or receive adversetreatment solely or partly because of his or her race or sex; (4) Members of one race or sex cannot and should not attempt to treat others without respect to race or sex; (5) An individual's moral character is necessarily determined by hisorher race or sex; (6) An individual, by virtue of his or her race or sex, bears responsibility for actions committed in the past by other members of the same race or sex; (7) Any individual should feel discomfort, guilt, anguish, or any other form of psychological distress on account of his or her race or sex; or (8) Meritocracy or traits such as hard work ethic are racist or sexist, or were created by a particular race to oppress another race. (d) Notice. The Contractor shall send, to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, the notice provided below advising the labor union or workers' representative of the Contractor's commitments under this clause, and post copies of the notice in conspicuous places available to employees and applicants for employment. NOTICE E.O. 13950, Combatting Race and Sex Stereotyping Employers Holding Federal Contracts or Subcontracts Contractors shall not use workplace training that inculcates in its employees any form of race or sex stereotyping or any form of race or sex scapegoating, including the following concepts that - (1) One race of sex is inherently superior to another race or sex; (2) An individual, by virtue of his or her race or sex, is inherently racist, sexist, or oppressive, whether consciously or unconsciously; (3) An individual should be discriminated against or receive adverse treatment solely or partly because of his or her race or sex; (4) Members of one race or sex cannot and should not attempt to treat others without respect to race or sex; (5) An individual's moral character is necessarily determined by his or her race or sex; (6) An individual, by virtue of his or her race or sex, bears responsibility for actions committed in the past by other members of the same race or sex; (7) Any individual should feel discomfort, guilt, anguish, or any other form of psychological distress on account of his or her race or sex; or (8) Meritocracy or traits such as a hard work ethic are racist or sexist, or were created by a particular race to oppress another race. For use in this notice - ""Race or sex scapegoating"" means assigning fault, blame, or bias to a race or sex, or to members of a race or sex because of their race or sex; and ""Race or sex stereotyping"" means ascribing character traits, values, moral and ethical codes, privileges, status, or beliefs to a race or sex, or to an individual because of his or her race or sex. Any person who believes a contractor has violated its nondiscrimination or affirmative action obligations under this notice should immediately contact the Office of Federal Contract Compliance Programs (OFCCP) Complaint Hotline to Combat Race and Sex Stereotyping at 202-343-2008 or via email at OFCCPComplaintHotline@dolgov. (End of notice) (e) Noncompliance. In the event it is determined that the Contractor is not in compliance with this clause or any rule, regulation, or order of the Secretary of Labor, this contract may be canceled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts, under the procedures authorized in E.O. 11246, as amended. In addition, sanctions may be imposed and remedies invoked against the Contractor as provided in E.O. 11246, as amended; in the rules, regulations, and orders of the Secretary of Labor; or as otherwise provided bylaw. (f) Subcontracts. (1) The Contractor shall include the substance of thisclause, including this paragraph (f), in all subcontracts that exceed $10,000 and are not exempted by the rules, regulations, or orders of the Secretary of Labor issued under E.O. 11246, as amended, so that these terms and conditions will be binding upon each subcontractor. (2) The Contractor shall take such action with respect to any subcontract as the Director of OFCCP may direct as a means of enforcing these terms and conditions, including sanctions for noncompliance, provided, that ifthe Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction , the Contractor may request the United States to enter the litigation to protect the interests of the UnitedStates. (end of clause) 3. Solicitation is extended to 08 December 2020. 4. All other terms and conditions remain unchanged. 1. This is an Advanced Equipment Repair Program (AERP) requirement. 2. This is a Sole-Source (3R) requirement to Hansome Energy Systems, Inc. (CAGE 51802). The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or the rights to the data. It is uneconomical to reverse engineer the part. 3.""The IWST has been determined that all NIINs for this requirement are covered by the 30 July 2018 Class Determination and Findings (D&F) for the Use of Special Emergency Procurement Authority (SEPA), and that the criteria in Paragraph 3 thereof are met. Proceed with the use of SEPA as appropriate. The carcass(es) is(are) available for repair."" 4. Quote/Proposal is to be submitted as an Estimated Price for the full repair effort of the requirement. The unit price for the repair does not include repair work associated with a High-Pot Failure. To the extent that additional repair work is needed to accomplish in the event of a High-Pot failure, the contractor is to immediately notify the contracting Officer. Any additional repair work resulting from a High-Pot Failure will be handled through a request from the contractor for Over and Above Work under DFARS 252.217-7028. 5. Vendor will submit a condition report and final repair proposal within 90 days after receipt of carcass(es). 6. This requirement utilizes Government Furnished Property (GFP). 7. The final delivery date for this requirement to meet the needs of the Fleet is 28 October 2021. Early delivery is acceptable and desirable at no additonal cost to either the contractor or the Government. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the MOTOR,DIRECT CURREN . 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. 2.2 Specification Revisions - The specification revisions listed under ""Docu ments References"" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.3 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.3.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.3.2 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD ;2500-9 95402 E D DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | 3. REQUIREMENTS 3.1 REFURBISHED MATERIAL STATEMENT OF WORK (REPAIR SOW) - 3.1.1 INSPECTION - Clean and determine if refurbishment is possible. 3.1.2 RE-USEABLE PARTS - Any parts of the original assembly that are useable (replacement is not necessary), may be utilized as initially supplied. 3.1.3 NON-USEABLE PARTS - Any parts of the original assembly that are not usable (replacement is necessary) shall be in accordance with this Contract, including all testing and military specification requirements. 3.1.4 REFURBISHMENT - Upon completion of inspection, this item shall be refurbished to be in accordance with ;CAGE 95402, Drawing 2500-9 GR.1; , except as amplified or modified herein. 3.1.5 Additional SOW Requirements - ;N/A; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.3 Configuration Control - The Contractor shall maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration shall be provided to the Government inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.3.1 Waivers/Deviations - Waivers and Deviations shall be designated as Critical, Major, or minor. All waivers and deviations require review and approval bythe Contracting Officer. A copy of approved waivers and deviations with related OQE shall be submitted via WAWF as part of the entire OQE package. (SOC MCD C material requires both approved and disapproved waivers and deviations be submitted) Requests shall include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to theoperational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.3.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts shall be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.3.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor shall submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs shall be prepared in Contractor format, and shall include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of theproduct. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineeringchange. 3.4 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 4. QUALITY ASSURANCE 4.1 Notes to the Contractor - 4.1.1 The Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. The departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 The Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A record of these departures, traceable to the applicable part number and contract number must be submitted to the PCO. 4.1.3 The Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 The Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions, and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 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. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a ""Distribution Statement"" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. 6.1.1 There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.2 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. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin 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. Theymay 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 ContractNumber, 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 NAVSUP-WSS 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 enue: Commanding Officer NAVSUP-WSS 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: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.3 Recent Updates - A short description of recent updates to the technical requirements of this item are listed below, along with an implementation date for each issue. The notes below are only a generic quick reference and are provided for convenience only, detailed requirements will be defined elsewhere in the technical sections of this Contract/Purchase Order. ;10/20/2016 - Updated ECDS URL - May 16 2013 - Removed GSI from this Material.;
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/62133e9ae29e481fa1ee2aadad846466/view)
- Record
- SN05864961-F 20201204/201202230140 (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 |