SOLICITATION NOTICE
20 -- 20--ACCUMULATOR, IN REPAIR/MODIFICATION OF
- Notice Date
- 9/19/2022 5:06:39 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
- N0010422QZC49
- Response Due
- 9/29/2022 9:00:00 PM
- Archive Date
- 10/15/2022
- Point of Contact
- Telephone: 7176053261
- E-Mail Address
-
AMBER.L.MILLER@NAVY.MIL
(AMBER.L.MILLER@NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N742.3|WR3DD|(717)605-3261|amber.l.miller.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| TIME OF DELIVERY (JUNE 1997)|20|CLIN 0001|EIGHT (8)|365|||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Receiving Report & Invoice - Combo|N/A|TBD|N00104|TBD|TBD|N60138|TBD|N/A|N/A|N/A|N/A|N/A|N/A|See Form DD1423|1-866-618-5988 - WAWF Helpdesk| NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER|3|||| 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 SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3|||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| 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|333999|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 NIIN 014603637 (ACCUMULATOR), quantity 8. 2. Quote is to be submitted as an Estimated, Not-To-Exceed (NTE) price for the full repair effort of the requirement. Awardee shall have 90 days after receipt of carcasses to complete a teardown and evaluation and submit a Firm-Fixed Price (FFP) for the repair. 3. WHen submitting a proposal, make sure to include any exceptions, i.e. MIL-STD packaging, MIL_STD Labeling, Inspection and Acceptance Locations, Packaging House, Surplus Material, etc. If no exceptions are indicated or receivved, award shall be based upon solicitation requirements. Changes or requests for changes after award shall have consideration costs deducted from the unit price. 4. Include in the quote all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handlingdamage, ,issing hardware, wear damage, and CAV reporting. Also, please provide the following: a. Teardown and Evaluation Rate: b. RTAT: c. Throughput Constraint d. Induction Expiration: - PRICE REDUCTIONS Any assets for which the contractor does not meet the required RTAT will incur a price reduction of (Amount to be Negotiated) per unit. This adjustment will be implemented via a Reduction Modification at the end of contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's rights to terminate for default. - RECONCILIATION A reconciliation modificaiton will be issued after final inspection and acceptance of all assets included under this contract. The parties have agreed to a price (shown on the schedule page) for each unit at a negotiated RTAT, 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 solicitaiton will be issued bilaterally, requiring the written acceptance prior to execution. The contractor must obtain final inspection and acceptance by the Government for all assets wihtin the RTATs established in the resulting contract. Requested RTAT: 365 days Proposals shall reference the proposed RTAT and any capacity constraints. 5. All transportation to/from repair site shall be paid for by the US Navy. 6. All contractual documents (i.e. contracts, purchase 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 facsimiile, or sent by other electronic commerce mathod such as email. The Government's acceptance of the contractor's documents as detailed herein. 7. If supplies will be packaged at a location different from the Offeror's address, the Offeror shall provide the Name, Street Address, and CAGE of the Packaging Facility. 7. If the Offeror is not the manufacturer of the material called out in the requirement, the actual manufacturer must be stated (Name and CAGE) and be able to provide traceability documentation if requested. Examples of traceability documentation include but are not limited to the following: - Purchase order/Invoice between the Offeror and the manufacturer identifying the part number, revision level and quantities - Manufacturer's packing slip or certification identifying the part number, revision level and quantities 9. NAVSUP WSS Mechanicsburgwill be considering past performance in the evaluation of offers iaw FAR 13.106. 10. This requirement utilizes Government Furnished Property (GFP). 11. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF, formerly known as SEPA). 12. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocaitons System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solciitaitons when the contract to be awarded will be a rated order. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the ACCUMULATOR . 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. DRAWING DATA=NSWCPD-0074-17 |53711| -|LR |D|0001 | -|49998|0183922 DRAWING DATA=PY-60172 |53711| -|LR |D|0001 | -|49998|0478517 DRAWING DATA=PY-60172 |53711| -|LR |D|0002 | -|49998|0049098 DRAWING DATA=PYR-14060 |53711| 2|LR |D|0001 | 2|49998|0053097 DRAWING DATA=PYR-14060 |53711| 2|LR |D|0002 | 2|49998|0045962 DRAWING DATA=PYR-14060 |53711| 2|LR |D|0003 | 2|49998|0034184 DRAWING DATA=PYR-14060 |53711| 2|LR |D|0004 | 2|49998|0024477 DRAWING DATA=PYR-14060 |53711| 2|LR |D|0005 | 2|49998|0019568 DRAWING DATA=4457601 |53711| W| |D|0001 | W|49998|0478327 DRAWING DATA=4457602 |53711| L| |D|0001 | L|49998|0241905 DRAWING DATA=4457603 |53711| R| |D|0001 | R|49998|0286220 3. REQUIREMENTS 3.1 Refurbished Material - This item must be inspected and where necessary, refurbished to be in accordance with CAGE ;53711; , drawing ;4457601 ASSY 94; ,and the applicable SUBMEPP Repair Instruction ;5560-012-0717 Rev G CHG 3, (CSD354); , 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 ;CSD354; in ECDS at https://register.nslc.navy.mil/ 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. 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/ba8e93b9b2ba401897e7043f605b2b85/view)
- Record
- SN06470644-F 20220921/220919230117 (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 |