Tender Details
Title

59--STATUS PANEL ASSEMB, IN REPAIR/MODIFICATION OF Solicitation DEPT OF DEFENSE

Country
Language
English
Organization
Published Date
16.10.2024
Deadline Date
21.10.2024
Overview
59--STATUS PANEL ASSEMB, IN REPAIR/MODIFICATION OF Solicitation CONTACT INFORMATION4N744.24BL57176054866heather.jones2@navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)2 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)16 N0010424QNB33 America/New_York DEPT OF DEFENSE 59--STATUS PANEL ASSEMB, IN REPAIR/MODIFICATION OF America/New_York eMail : HEATHER.JONES2@NAVY.MIL Telephone: 7176054866 N0010424QNB33 CONTACT INFORMATION|4|N744.24|BL5|7176054866|heather.jones2@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2 | WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|RECEIVING REPORT AND INVOICE COMBO|N/A|TBD|N00104 |SEE SCHEDULE|TBD |TBD 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 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAY 2024)|13|334412|750 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2 X| Order is issued under emergency acquisition authority. However, IUIDrequirements are required for this order.1. This solicitation is for the REPAIR of 3 each of NSN 5998-01-660-6658 inaccordance with Reference numbers listed in the solicitation. Replacement ornew procurement will not be considered. The Government does not own thedrawings or data rights to this NSN. 2. Government-Source Inspection and Acceptance (G-S I&A) is required. If theG-S I&A will occur at a different CAGE from the Admin Award CAGE, pleaseprovide the repair facility CAGE and/or packaging CAGE with the quote. 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)_; estimated (EST);or not-to-exceed (NTE) C. Repair turn-around time (number of days from receipt of asset(s) toShipment of repaired asset(s):_DAYS D. Throughput Constraint: _/month. Refers to the total assets to berepaired monthly after initial delivery commences. A throughput of 0000/monthreflects 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 describedIn \\ 2). PLEASE NOTE THE FOLLOWING WHEN GENERATING YOUR QUOTE: We are requesting that the quotes validity extend for 6 months from thesubmitted quote date. Teardown and evaluation only quotes will NOT be accepted. Induction Expiration Date: 120 days after the date of subsequent award. Anyasset received after this date in days is not authorized to be repairedwithout bi-lateral agreement between the vendor and Contracting Officer. If Firm-Fixed Repair Pricing is provided, Beyond Economical Repair (BER) doesnot exist. With DCMA concurrence, Beyond Repair (BR) is possible. If the unitis determined BR, the unit price will negotiated downward from the awardedFirm-Fixed Repair price. 4. Since there is only one business concern capable of performing repairs onthis 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 areconsidered to be "issued" by the government when copies are either depositedin the mail, transmitted by facsimile, or sent by other electronic commercemethods, such as email. The Government's acceptance of the contractor'sproposal constitutes bilateral agreement to "issue" contractual documents asdetailed herein. 6. Please submit a repair quote to Heather Jones via email:heather.jones2@navy.mil. This is the only submission method authorized. 7. Please direct questions regarding this solicitation to the person listedabove (\\ 6). 8. The resultant award of this solicitation will be issued bilaterally,requiring the contractors written acceptance prior to execution. 9. Repair Turnaround Time (RTAT): the resultant contractual deliveryrequirement is measured from asset Return to the date of asset acceptanceunder the terms of the contract. For purposes of this section, Return isdefined as physical receipt of the F-condition asset at the contractorsfacility as reflected in the Action Date entry in the Commercial AssetVisibility (CAV) system. In accordance with the CAV Statement of Work, thecontractor is required to accurately report all transactions by the end of thefifth regular b 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: 060 Days Proposals shall reference the proposed RTAT and any capacity constraints. 10. The resulting order/contract will be issued pursuant to EmergencyAcquisition Procedures. \\\\ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the STATUS PANEL ASSEMB . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The STATUS PANEL 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. ;34EA9 1011203-3; 3.2 Electrostatic Discharge Control - The Contractor shall comply with the electrostatic discharge control requirements established in MIL-STD-1686. 3.3 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.4 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 Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 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. 4.3 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. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. NAICS Code : 334412 PSC Code : 5998 Phone : N/A
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business Gasket Navigational Justice Electric Power Transmission Nonferrous Metal (except Copper and Aluminum) Rolling Financial Transactions Processing Justice Automatic Environmental Control Manufacturing for Residential Copper Rolling Pulp Other Justice Copper Rolling Other Aluminum Rolling Commercial Measuring Navigational Financial Transactions Processing Photographic Film Management Other Justice Agencies All Other Publishers Process Small Arms Metal Can
CPVS
Welding Nuclear reactors and parts Repair, maintenance and associated services related to aircraft and other equipment Weapons, ammunition and associated parts System, storage and content management software package Control, safety, signalling and light equipment Calendars Sections Publications Control, safety or signalling equipment for inland waterways Desks Repair, maintenance and associated services related to marine and other equipment Stocks Nuclear reactors Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Records Document creation, drawing, imaging, scheduling and productivity software package Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Document creation, drawing, imaging, scheduling and productivity software development services Control, safety or signalling equipment for port installations Command, control, communication and computer systems Paper, printing and bookbinding machinery and parts System, storage and content management software development services Parts of nuclear reactors Forms Boxes Repair, maintenance and associated services related to roads and other equipment Pressure-reducing, control, check or safety valves Other services Panels Technical manuals Control, safety or signalling equipment for roads Furnishing Repair, maintenance and associated services of vehicles and related equipment Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Electronic, electromechanical and electrotechnical supplies Designs Manuals Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Dates
UNSPSC
Calendars Awards Business cases Packing Inspection Distribution Desks Surface Single room Case making services IP phones Packaging case Boxes Financial Instruments, Products, Contracts and Agreements Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Humanitarian Relief Items, Kits, or Accessories Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries North America Northern America
Sectors
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Bridges and Tunnels Postal and Courier Services Roads and Highways-Bridge Oil and Gas Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Agriculture-Food and Beverages Energy-Power and Electrical Computer Hardwares and Consumables Industry Aviation Electronics Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert