Tender Details
Title

58--RECORDER,CONVERTER, IN REPAIR/MODIFICATION OF Solicitation DEPT OF DEFENSE

Country
Language
English
Organization
Published Date
17.10.2024
Deadline Date
18.11.2024
Overview
58--RECORDER,CONVERTER, IN REPAIR/MODIFICATION OF Solicitation CONTACT INFORMATION4N761.37WRA215-697-2983Ethan.Stein@navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)19ETHAN.STEIN@NAVY.MIL HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT8X INSPECTION AND ACCEPTANCE OF SUP N0038324QM411 America/New_York DEPT OF DEFENSE 58--RECORDER,CONVERTER, IN REPAIR/MODIFICATION OF America/New_York eMail : ETHAN.STEIN@NAVY.MIL Telephone: 2156972983 N0038324QM411 CONTACT INFORMATION|4|N761.37|WRA|215-697-2983|Ethan.Stein@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|ETHAN.STEIN@NAVY.MIL | HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO TYPE|SOURCE/SOURCE|TBD|N00383 |SEE SCHEDULE|TBD |TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1 EQUAL OPPORTUNITY (SEP 2016)|2 | WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|60 DAYS AFTER DISCOVERY OF DEFECT | EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|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 (FEB 2024)|1 ROYALTY INFORMATION (APR 1984)|1 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|12|334290|750 | NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2|DO-A7 This solicitation is for the repair of the following: NSN: 7RH 5895 014569480 S7 NOMEN: RECORDER,CONVERTER QTY: 6EA PN: 3513000-2 ; 7900100-002 Repair Turnaround Time (RTAT) definition: The contractual delivery requirementis measured from asset Return to the date of asset acceptance under the termsof the contract. For purposes of this section, Return is defined as physicalreceipt of the F-condition asset at the contractors facility as reflected inthe Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the 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 facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statementof Work, the c 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: 174 days after receipt of asset. Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in \\ ). A throughput of \\ \\ per month reflects no throughput constraint. 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. Reconciliation: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. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERSDELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARE CONSIDERED TO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN 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 ASDETAILED HEREIN. Early and incremental deliveries accepted and preferred POC: ETHAN.STEIN@NAVY.MIL 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. 1.1.1 Any item contracted for repair SHALL have a Statement of Work to ensure compliance with all repair procedures and requirements. Repair of: RECORDER,CONVERTER ;5895014569480; NSN , ;3513000-2; Part Number, Shall be performed IAW: RECORDER,CONVERTER ;IAW LATEST PUBLICATION.; Publication (s). 1.1.2 There will be no repair deviation from the approved written procedures without review and acceptance by the Basic Design Engineer. All requests for Waiver/Deviation shall be via Form 1694 routed throught the Local DCMA/ACO office for review and recommendations via form 1998. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS RECORDER,CONVERTER , ;RECORDER-CONVERTER; , ;5895 01-456-9480; , 7RH 5895-01-456-9480 S7 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. RECORDER,CONVERTER Drawing ( ;5Y609; ) ;3513000; Rev ;2; . 2. All inspections, evaluations, repair/overhaul, and testing functions shall be in compliance with: ;NAVAIR ATP; 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 ;80%; 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 ;x; 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 ; ; Change modifications ; ; shall be incorporated for the items under this contract. Reworked/upgraded items will be reidentified as follows: ; ; 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 NAICS Code : 334290 PSC Code : 7G20 Phone : N/A
NAICS
Nonferrous Metal (except Copper and Aluminum) Rolling Business Navigational Specialized Freight (except Used Goods) Trucking Nonferrous Metal (except Copper and Aluminum) Rolling Automatic Environmental Control Manufacturing for Residential Copper Rolling Architectural Copper Rolling Machinery Other Aluminum Rolling Commercial Measuring Navigational Research and Development in the Physical General Freight Trucking Research and Development in the Physical Process
CPVS
Tools Repair, maintenance and associated services related to aircraft and other equipment System, storage and content management software package Sections Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Repair, maintenance and associated services related to marine and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Office, school and office equipment cleaning services Document creation, drawing, imaging, scheduling and productivity software package Machinery for cleaning, filling, packing or wrapping bottles or other containers Supports Document creation, drawing, imaging, scheduling and productivity software development services Intelligence, surveillance, target acquisition and reconnaissance System, storage and content management software development services Forms Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping Repair, maintenance and associated services related to roads and other equipment Other services Approval plans, working drawings and specifications 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 Tool parts Manuals Repair, maintenance and associated services related to railways and other equipment Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Awards Business cases Inspection Well engineering Equipment cases Case making services IP phones Packaging case Tent, for office use Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies 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 Engineering Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Printing and Publishing Services Defence and Security Electricity Construction Agriculture-Food and Beverages Energy-Power and Electrical Computer Hardwares and Consumables Industry 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