Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2022 SAM #7560
SOLICITATION NOTICE

61 -- 61--POWER SUPPLY, IN REPAIR/MODIFICATION OF

Notice Date
8/10/2022 1:03:20 PM
 
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
N0010422QNG52
 
Response Due
8/25/2022 10:00:00 PM
 
Archive Date
09/10/2022
 
Point of Contact
Telephone: 7176057296
 
E-Mail Address
RACHEL.E.SNYDER@NAVY.MIL
(RACHEL.E.SNYDER@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N744.11|GE8|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||TBD|N00104|TBD|TBD|See Schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| CONTRACT DEFINITIZATION (DEC 2012)|5|Delivery Order|Firm fixed Price|60|firm fixed price|$4,846.00| 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 12 each of NSN 6130 015353578 in accordance with Reference number 600-42010. 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 BE ACCOMPANIED 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 CLEARLY IDENTIFYING YOUR FIRM AS A DEALER ALONG WITH THE OEM'S NAME/CAGE CODE AND P/N THAT YOU INTEND ON PROVIDING. 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 not-to-exceed (NTE)______ 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). 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: 430 Days ?Proposals shall reference the proposed RTAT and any capacity constraints. 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 is determined 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). \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the POWER SUPPLY . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The POWER SUPPLY 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. ;04801 600-42010; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 17 DEC 2007.; . 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. 4. QUALITY ASSURANCE 4.1 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. 4.2 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://sam.gov/opp/cfcdcecf344f406c888c311f00516b0a/view)
 
Record
SN06421838-F 20220812/220810230122 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.