SOLICITATION NOTICE
59 -- 59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
- Notice Date
- 5/15/2024 1:15:03 AM
- Notice Type
- Solicitation
- NAICS
- 334412
— Bare Printed Circuit Board Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010424QND39
- Response Due
- 5/16/2024 1:30:00 PM
- Archive Date
- 05/31/2024
- Point of Contact
- Telephone: 7176053629
- E-Mail Address
-
GORDON.KOHL@NAVY.MIL
(GORDON.KOHL@NAVY.MIL)
- Description
- CONTACT INFORMATION|4|n744.13|hw7|na|gordon.kohl@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 days after award| 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 CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| This solicitation is for NAVSUP to consider to repair existing unit(s). No purchases of new, used, or refurbished units will be considered and are not considered offers, since this is for repair only of an existing unit(s). In order for the government to consider an offer, if vendor is not already pre-approved, thevendor must provide, along with and as part of their offer, a statement that the vendor has access to the data or the rights to use the data needed to repair this part. This data is not usually owned by the Government and will not be provided. For solicitations that are already determined to be sole source to another vendor, or limited, your information will be considered as a potential source for future awards, not this award, should you pursue to be vetted and approved as a source. Authorized distributors confirmed by the OEM may be consideredas a potential source. Provide the letter from the OEM stating that you are ""authorized."" All quotes need to include these cost factors, at a minimum: IUID, CAV asset processing, and packaging. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CIRCUIT CARD ASSEMB . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CIRCUIT CARD ASSEMB 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. ;73030 NV823308-2; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV K, 15 JAN 2000; . 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 The option provision is included in the event the government has an additional requirement within 365 days after issue of the award. This will authorize the government to add the additional quantity, up to the quantity cited, to the order, by unilateral modification without re-soliciting. Submit your pricing on the option provision. Option price(s) can differ from the unit price(s) for the basic requirement. You are permitted to submit pricing as a function of possible quantities to order and/or the possible dates of ordering. (Quantities and dates to order will only be known once the option is ready to be executed.) Evaluation for the award of the proposed requirement will be based upon the lowestaggregated total price for the total quantity, inclusive of the option provision.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/827eec4181694cc58fc7ea3b04fe2e3c/view)
- Record
- SN07065622-F 20240517/240515230051 (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 |