Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2024 SAM #8153
SOLICITATION NOTICE

70 -- 70--MEMORY UNIT,AIRCRAF, IN REPAIR/MODIFICATION OF

Notice Date
3/22/2024 3:53:37 AM
 
Notice Type
Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038324RP192
 
Response Due
4/8/2024 11:00:00 AM
 
Archive Date
04/23/2024
 
Point of Contact
Telephone: 2156975047
 
E-Mail Address
SHAMUS.ROACHE@NAVY.MIL
(SHAMUS.ROACHE@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x|||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x|||||||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO TYPE |source/source|TBD|N00383|TBD|TBD|SEE SCHEDULE|TBD|NA|NA|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 months|60 days after discovery of defect.||||| SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (NOV 2023)|9|||||||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (FEB 2024))|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|334111|1250|||||||||||| TYPE OF CONTRACT (APR 1984)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| THIS REQUEST FOR PROPOSAL/ QUOTE (RFP/Q) IS FOR THE REPAIR OF:MEMORY UNIT,AIRCAFT NSN: 7010 014761817 PN: 173793-01-03 QUANTITY: 40 EA PLEASE SUBMIT QUOTE VIA EMAIL TO Shamus.Roache@navy.mil BY THE DUE DATESPECIFIED ON PAGE 1, BLOCK 10. IF A FIRM FIXED PRICE (FFP) CANNOT BE DETERMINED, PLEASE INFORM THE PCO. THESE ITEMS REQUIRE GOVERNMENT SOURCE APPROVAL PRIOR TO AWARD. IF YOU ARE NOT AN APPROVED SOURCE, YOU MUST SUBMIT, TOGETHER WITH YOUR PROPOSAL, THE INFORMATION DETAILED IN THE NAVSUP WSS SOURCE APPROVAL BROCHURE WHICH CAN BE OBTAINED ONLINE AT https://www.navsup.navy.mil/public/navsup/wss/business_opps/ UNDER ""COMMODITIES."" OFFERS RECEIVED WHICH FAIL TO PROVIDE ALL DATA REQUIRED BY THE SOURCE APPROVAL BROCHURE WILL NOT BE CONSIDERED FOR AWARD UNDER THIS SOLICITATION. PLEASE NOTE, IF EVALUATION OF A SOURCE APPROVAL REQUEST SUBMITTED HEREUNDER CANNOT BE PROCESSED IN TIME AND / OR APPROVAL REQUIREMENTS PRECLUDE THE ABILITY TO OBTAIN SUBJECT ITEMS IN TIME TO MEET GOVERNMENT REQUIREMENTS, AWARD OF REQUIREMENT MAY BE CONTINUED BASED ON FLEET SUPPORT NEEDS. Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action 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 the subsequent contract. Required RTAT: 28 days after receipt of asset. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under the subsequent contract. The parties have agreed to 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, consideration will be assessed and subject to negotiation. Early and incremental deliveries accepted and preferred. \ 1. SCOPE 1.1 Articles to be furnished hereunder shall be repaired, tested and inspected in accordance with the terms and conditions specified in the Requirements Section of this document. 1.2 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by IPC/EIAJ-STD-001C paragraph 5.1.4. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS MEMORY UNIT,AIRCRAF , ;(09lx4); , ;(35351) 173793-01-03; , 7RH 7010-01-476-1817 QE 3.1 Applicable Documents 3.1.1 The contractor shall perform the necessary work to return the subject item to Ready-For-Issue (RFI) serviceable operating condition and insure compliance with the requirements of the following drawings and specifications: 1. MEMORY UNIT,AIRCRAF Drawing ( ;(35351); ) ;(35351) 173793-01-03; Rev ;(35351) 173793-01-03 (LATEST REVISION); . 2. All inspections, evaluations, repair/overhaul, and testing functions shall be in compliance with: ;To be repaired in accordance with Air Force Technical Order 00-25-234 andArmy Technical Manual 43-0158 ?LATEST ISSUANCE OR REVISION?; 3.2 Work Requirements: 3.2.1 All units determined by the contractor to be beyond economical repair (cost of repair/rework not to exceed ;Eighty percent,80% ofthe cost of a newly manufactured item.; of the original cost of the item) shall bear a confirmation by DCMC and shall accompany the contract evaluation and quote to the Contracting Officer. In the event that an item is received with one or more subassemblies missing, the contractor shall promptly obtain confirmation of such finding from the DCMC (QAR) and upon confirmation notify the PCO 3.2.2 Acceptance testing shall be conducted under the surveillance of the DCMC (QAR). These tests shall include all tests necessary to assure that the material serviced conforms to the performance required to provide Ready-For-Issue material. The DCMC shall retain the authority to conduct or reconduct any tests deemed necessary to insure compliance with the applicable documents and specifications that are cited in paragraph 1 of the requirements section. 3.2.3 A copy of the DD Form 250 shall be packed with each unit processed under this contract. One copy of the DD Form 250 shall be forwarded to the Procurement Contracting Officer. 3.2.4 The contractor shall perform Testing and Evaluation (T&E) of all units submitted for work. T&E shall be conducted in accordance with the repair manual or specifications stated in section 1 of this statement of work. Based on the results of the T&E, severity of the failure, and total operational hours accumulated since the last repair/overhaul, the contractor shall make its recommendations to either repair or overhaul the unit to the DCMC (QAR). The contractor shall not begin work before receiving approval from the DCMC (QAR). 3.2.5 Upon receiving DCMC (QAR) approval, the contractor shall overhaul or repair the subject item to a Ready-For-Issue (RFI), serviceable operating condition and insure compliance with the requirements of the documents and specifications listed in paragraph 1 of the requirement's section. 3.2.6 For the purpose of the statement of work, ""Overhaul"" is defined as follows: All items regardless of their condition shall be subjected to all of actions outlined in the documents and specifications listed in section 1. The contractor shall inspect all components and repair/refurbish/replace those components that fail to meet the limits specified in the documents and specifications listed in paragraph 1 of the requirement's section. Parts exceeding the dimensional limits shall be scrapped or repaired in accordance with documents and specifications listed in section 1 of this SOW. Parts that cannot be repaired/refurbished shall be scrapped and material review (MRB) will not be granted on these components/parts. 3.2.7 For the purposes of this statement of work, ""REPAIR"" is defined as follows: Items deemed repairable shall be subjected only to the actions necessary to correct the failed/non-operational condition. All work shall be performed as outlined in the documents and specifications listed in section 1 of this SOW. The contractor shall inspect only those components/areas identified in the Testing and Evaluation phase as being defective, and repair, replace and or refurbish those failing to meet the limits specified in the documents and specifications listed in section 1 of this SOW. Parts exceeding the dimensional limits shall be scrapped or repaired in accordance with the documents and specifications listed in section 1. Parts that cannot be repaired/refurbished shall be scrapped and material review (MRB) will not be granted for these items. 3.2.8 Services required to accomplish the above objectives shall be in accordance with the contractor's established industrial shop methods and existing special tools and test equipment. 3.2.9 ;Service change bulletins will not be incorporated with this repair order, modifications will not be incorporated with this repair order; without prior approval of NAVICP Phila. code 03333.50 and or 03333.52.; Service change bulletins or modifications, except as specified herein, shall not be incorporated by the contractor without prior approval from the contracting officer. 3.2.10 ;No change modifications will be incorporated without prior approval of NAVICP-Phila. code 03333.50 anad or 03333.52.; Change modifications ;There are no ECP's to be assigned to this repair order at this time.; shall be incorporated for the items under this contract. Reworked/upgraded items will be reidentified as follows: ;There is no reidentification of the items being repaired, as there are no modifications or changes authorized for inclusion in this repair order.; 3.3 In the event that the contractor requests a waiver, deviation or modification for parts/subassemblies, all Engineering Change Proposals, waivers, and deviations shall be prepared in accordance with MIL-STD-973. 3.4 Quality Assurance: 3.4.1 During the performance of this contract, the contractor shall maintain a Quality Assurance System in accordance with MIL-I-45208, or equivalent (e.g. ISO-9001, ISO-9002, MIL-Q-95208) 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 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/89d0eda3e9724dc491f526d82e0f4ef4/view)
 
Record
SN07006763-F 20240324/240322230053 (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.