Tender Details
Title

58--RF MODULE ASSEMBLY Solicitation DEPT OF DEFENSE

Country
Language
English
Organization
Published Date
16.10.2024
Deadline Date
15.01.2025
Overview
58--RF MODULE ASSEMBLY Solicitation CONTACT INFORMATION4NAVSUPEAY717-605-7043Daniel.C.Shepley.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)2 INSPECTION AND ACCEPTANCE OF SUPPLIES26 N0010424RSD81 America/New_York DEPT OF DEFENSE 58--RF MODULE ASSEMBLY America/New_York eMail : DANIEL.SHEPLEY@NAVY.MIL Telephone: 7176057043 N0010424RSD81 CONTACT INFORMATION|4|NAVSUP|EAY|717-605-7043|Daniel.C.Shepley.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2 | INSPECTION AND ACCEPTANCE OF SUPPLIES|26 | TIME OF DELIVERY (JUNE 1997)|20|CLIN 0001|63|767 Days WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Combo|N/A|To Be Determined (TBD)|N00104 |See Schedule|TBD |TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE ENGINEERING (JUN 2020)|3 EQUAL OPPORTUNITY (SEP 2016)|2 | SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2 | INTEGRITY OF UNIT PRICES (NOV 2021)|1 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4 | SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4 | EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2 | TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2 | PROGRESS PAYMENTS (NOV 2021)|4 | LIMITATION OF LIABILITY--HIGH-VALUE ITEMS ($100K)(FEB 1997)|1 LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (NOV 2021))|7 LIST OF AWARD ATTACHMENTS|5 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13 SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4 | CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS(FEB 2021))|4 | ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|334290|800 REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)|1|Electronic Mail with Excel Spreadsheets and Word Documents| TYPE OF CONTRACT (APR 1984)|1|Firm-Fixed Price (FFP)| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2 x| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024))|1 The purpose of this solicitation amendment is to extend the offer due date due to the need for contractors to submit TINA packages with their proposals. All offers are hereby due by 4:30 PM Eastern USA time on 15-January-2025. Please submit your proposal sooner if possible, but definitely not later, aslate submissions will not be accepted. All other terms and conditions remain unchanged. \\\\ The three purposes of this solicitation amendment are to add select clauses to the solicitation that were inadvertently omitted when the solicitation was created, to delete select clauses from the solicitation, and to extend the offer due date to allow all potential contractors the opportunity to submit proposals. Add to Section I: The following clauses are hereby added to Section I of the solicitation, which begins on page 21, and these clauses are hereby incorporated by reference: 52.209-9: Updates of Publicly Available Information Regarding Responsibility Matters. 52.204-29: Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies. 252.204-7000: Disclosure of Information. 52.211-15: Defense Priority and Allocation Requirements. 252.225-7052: Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten. 52.222-3: Convict Labor. 52.252-2: Clauses Incorporated by Reference. 52.246-23: Limitation of Liability. 52.203-17: Contractor Employee Whistleblower Rights. 52.232-18: Availability of Funds. Add to Section L: The following clause is hereby added to Section L of the solicitation, which begins on page 69, and this clause is hereby incorporated by reference: 52.214-7: Late Submissions, Modifications, and Withdrawals of Bids. Delete: The following fifteen (15) clauses are hereby deleted from the solicitation in their entireties as these clauses are already included in the solicitation under DFARS 252.204-7007: (i) 252.204-7016: Covered Defense Telecommunications Equipment or Services-Representation. (ii) 252.209-7002: Disclosure of Ownership or Control by a Foreign Government. (iii) 252.216-7008: Economic Price Adjustment-Wage Rates or Material Prices Controlled by a Foreign Government-Representation. (iv) 252.225-7000: Buy American-Balance of Payments Program Certificate. (v) 252.225-7020: Trade Agreements Certificate. (vi) 252.225-7031: Secondary Arab Boycott of Israel. (vii) 252.225-7035: Buy American-Free Trade Agreements-Balance of Payments Program Certificate. (viii) 252.225-7042: Authorization to Perform. (ix) 252.225-7049: Prohibition on Acquisition of Certain Foreign Commercial Satellite Services-Representations. (x) 252.225-7050: Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. (xi) 252.226-7002: Representation for Demonstration Project for Contractors Employing Persons with Disabilities. (xii) 252.229-7012: Tax Exemptions (Italy)-Representation. (xiii) 252.229-7013: Tax Exemptions (Spain)-Representation. (xiv) 252.232-7015: Performance-Based Payments-Representation. (xv) 252.247-7022: Representation of Extent of Transportation by Sea. Delete: The following two F.O.B. Destination clauses are hereby deleted from the solicitation in their entireties as these clauses were inadvertently included and this solicitation specifies that F.O.B. is at Origin: 52.247-48: F.O.B. Destination - Evidence of Shipment 52.247-34: F.O.B. Destination Delete: The following two Free Trade Agreement clauses are hereby deleted from the solicitation in their entireties as this solicitation falls under the Buy American Act: 52.225-3: Buy American - Free Trade Agreements - Israeli Trade Act 52.225-4: Buy American - Free Trade Agreements - Israeli Trade Act Certificate The offer due date for all proposal submissions is hereby extended to 15-November-2024. Contractors should submit their proposals on or before this due date, but definitely not after as late submissions will not be accepted. All other terms and conditions remain unchanged. \\\\ All freight is FOB Origin. This solicitation is for a BUY. Verify nomenclature, part number, and NSN prior to responding. Government source inspection is required. o Unit Price: FIRM o Extended Total Price: FIRM o Offer Valid for: (Days) (Desired is 210 days / Minimum is 180) o Procurement Turnaround Time in Days (PTAT): o Awardee CAGE: o Government Source Inspection CAGE, if not at source: o Final Acceptance / Packaging CAGE, if not at source: o Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example): Important Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide a letter/official email from the OEM confirming your company is authorized as an authorized distributor of their items. Submit your offer no later than due date and time specified in the solicitation. Late proposals will not be accepted. Offerors should submit all questions no later than one (1) week prior to the initial solicitation closing date. The Government is not required to answer questions received after this date. Unless otherwise stated in an amendment, extensions to the solicitation due date will not extend the date for questions from potential Offerors. The Government intends to award a single contract under this Request for Proposal (RFP). The Government also intends to award without discussion, so all questions or requested amendments should be addressed prior to closing. The Government reserves the right to contact Offerors for clarification, or conduct discussions if the Procurement Contracting Officer determines discussions necessary in accordance with FAR 15.306(a). \\\\ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the RF MODULE ASSEMBLY . 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 RF MODULE ASSEMBLY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _ ref. no. ;7Y193 H459869-1 ; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 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 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. 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 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. 6.3 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. NAICS Code : 334290 PSC Code : 7G20 Phone : N/A
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business Gasket Justice Electric Power Transmission Nonferrous Metal (except Copper and Aluminum) Rolling All Other Telecommunications Motorcycle Financial Transactions Processing Securities Justice Automatic Environmental Control Manufacturing for Residential All Other Telecommunications Copper Rolling All Other Telecommunications Architectural Pulp Other Justice Copper Rolling Machinery Other Aluminum Rolling Commercial Financial Transactions Processing Research and Development in the Physical Photographic Film Other Similar Organizations (except Business Management Other Justice Other Similar Organizations (except Business Agencies All Other Publishers Research and Development in the Physical Construction Process Small Arms Metal Can Funds
CPVS
Welding Tantalum Telecommunications equipment Nuclear reactors and parts Satellites Weapons, ammunition and associated parts System, storage and content management software package Control, safety, signalling and light equipment Calendars Sections Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Desks Stocks Nuclear reactors Records Magnets Tungsten 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 Modules Paper, printing and bookbinding machinery and parts System, storage and content management software development services Parts of nuclear reactors Forms Parts of chain Chain Boxes Pressure-reducing, control, check or safety valves Parts of other vehicles Other services Technical manuals Control, safety or signalling equipment for roads Furnishing Security, fire-fighting, police and defence equipment Electronic, electromechanical and electrotechnical supplies Designs Control, safety or signalling equipment for airports Dates
UNSPSC
Satellites Chains Calendars Awards Business cases Packing Inspection Distribution Well engineering Trade agreements Equipment cases Desks Surface Single room Case making services IP phones Packaging case Boxes Fluorine-based medical imaging agents, media, and tracers Financial Instruments, Products, Contracts and Agreements Securities 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 Security Services Bridges and Tunnels Postal and Courier Services Roads and Highways-Bridge Oil and Gas Telecommunications Water and Sanitation Law and Legal Transportation Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Agriculture-Food and Beverages Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Steel Industry Laboratory Equipment and Services 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