Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2024 SAM #8289
SOLICITATION NOTICE

61 -- 61--MOTOR,DIRECT CURREN, IN REPAIR/MODIFICATION OF

Notice Date
8/5/2024 1:12:13 AM
 
Notice Type
Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010424RZC06
 
Response Due
8/19/2024 11:00:00 AM
 
Archive Date
09/03/2024
 
Point of Contact
Telephone: 7176057574
 
E-Mail Address
ASHTON.K.PERRY.CIV@US.NAVY.MIL
(ASHTON.K.PERRY.CIV@US.NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N742.11|WR6DD|717-605-7574|ashton.k.perry.civ@us.navy.mil| COMMERCIAL PRODUCT PROCUREMENT NOTICE|5||X|||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|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|NINE (9)|365|||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Certifications - Stand-Alone Receiving Report Material - Receiving Report & Invoice Combo|Material - Inspect & Accept at Source |TBD|N00104|TBD|Certifcations- N45404, Material - TBD|Certifications - N4504 Mate rial - Ship to: QTY 4 - SW3117 , QTY 5 - SW3215 |TBD|N/A|N/A|N/A|See form DD1423.|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|WSS| VALUE ENGINEERING (JUN 2020)|3|||| CONTRACT DEFINITIZATION (MAY 2023)|5|Firm-Fixed Price|Firm-Fixed Price|Vendor shall complete a Teardown & Evaluation of the carcass and submit a Firm-Fixed Price quote within 90 days of Contract Effective Date.|Firm-Fixed Price|TBD| 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||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4||||| EQUAL OPPORTUNITY 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|||||||||||| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024))|82||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CONTINUED: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024))|15|||||||||||||||| OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIALSERVICES (MAY 2024))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|335312|1,250 (# of employees)|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This is an Advanced Equipment Repair Program (AERP) requirement. 2. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 3. This requirement is for a commercial item. FAR Part 12 applies. 4. All contractual documents (i.e. contracts, purchase orders, delivery orders,task orders, and modifications) related to the instant procurement aconsidered to be 'issued' by the Government when copies are either depositedin 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. 5. If requirement will be packaged at a location different from the offeror's address, the offerors shall provide the name, address, and CAGE of thefacility. 6. Any contract awarded as a result of this solicitation will be DO certifiedfor national defense under the Defense Priorities and Allocations System(DPAS). Provision 52.211-13, Notice of Priority Rating for National Defense,Emergency Preparedness, and Energy Program Use, shall be inserted insolicitations when the contract to be awarded shall be a rated order. 7. Repair Turnaround Time (RTAT): the resultant contractual deliveryrequirement is measured from asset Return to the date of asset acceptance underthe 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 thefifth regular business day after receipt and the Action Date entered in CAVmust be dated to reflect the actual date of physical receipt. The Contractormust obtain final inspection and acceptance by the Government for all assetswithin the RTATs established in this contract. Requested RTAT: 365 Days Proposals shall reference the proposed RTAT and any capacity constraints. Please provide repair price as firm fixed price (FFP) or estimated (EST).Specify on proposal FFP or EST. If you choose firm repair pricing, consider thefollowing: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware,damaged, handling damage, missing parts, wear damage, and CAV reporting. All transportation to/from repair site will be paid for by US Navy. Also, please provide: Teardown and Evaluation Rate: _______ RTAT: _____________ Throughput Constraint: __________ Induction Expiration Date: _________ 8. Price Reduction: Any assets for which the contractor does not meet the required RTAT will incura price reduction of XXXX per unit. Any assets for which the contractor doesnot meet the required RTAT will incur a price reduction of XXXX per unit. Thisadjustment will be implemented via a reconciliation modification at the end ofcontract performance. Price reductions made pursuant to this section shall notlimit other remedies available to the Government for failure to meet requiredRTATs, including but not limited to the Government's right to terminate fordefault. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture or refurbishment 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. 2.1.1 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. 3. REQUIREMENTS 3.1 Refurbished Material - This item must be inspected and where necessary, refurbished to be in accordance with CAGE ;11384; , drawing ;115788; ,and the applicable SUBMEPP Repair Instruction ;5952-012-0001 Rev C Chg-4 (CSD515); , 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 ;CSD515; 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. 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/5aae8e25a8bc4885b86adb703fd01b59/view)
 
Record
SN07156872-F 20240807/240805230120 (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.