Tender Details
Title
70--PDMC, IN REPAIR/MODIFICATION OF Solicitation DEPT OF DEFENSE
Country
Language
English
Organization
Published Date
06.06.2024
Deadline Date
08.07.2024
Overview
70--PDMC, IN REPAIR/MODIFICATION OF Solicitation ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)2 INSPECTION AND ACCEPTANCE - SHORT VERSION8XX TIME OF DELIVERY (JUNE 1997)20 STOP-WORK ORDE N0010424RUE89 America/New_York DEPT OF DEFENSE 70--PDMC, IN REPAIR/MODIFICATION OF America/New_York eMail : LEO.DOUGHERTY@NAVY.MIL Telephone: 7176054614 N0010424RUE89 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19 INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2 | INSPECTION AND ACCEPTANCE - SHORT VERSION TIME OF DELIVERY (JUNE 1997)|20 | STOP-WORK ORDER (AUG 1989)|1 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE & RECEIVING REPORT|N/A|TBD|N00104 |SEE SCHEDULE|TBD |TBD NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|NAVSUP WSS| EQUAL OPPORTUNITY (SEP 2016)|2 | INTEGRITY OF UNIT PRICES (NOV 2021)|1 EXERCISE OF OPTION TO FULFILL FOREIGN MILITARY SALES COMMITMENTS-BASIC(NOV 2014))|4 | SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (NOV 2023))|9 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 OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 days | OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1 LIST OF AWARD ATTACHMENTS|5 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13 SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4 | 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 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS(FEB 2021))|4 | ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|335999|600 TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2 X| 1.PLEASE PROVIDE REPAIR PRICE AS FIRM-FIXED-PRICE. PLEASE CONSIDER THE FOLLOWING: ALSO, PLEASE PROVIDE: TEARDOWN & EVALUATION RATE: RTAT:_ THROUGHPUT CONSTRAINT: INDUCTION EXPIRATION DATE:_ 2.PRICE REDUCTIONS: ANY ASSETS FOR WHICH THE CONTRACTOR DOES NOT MEET THE REQUIRED RTAT WILL INCUR A PRICE REDUCTION OF 1% PER ASSET PER MONTH EXTENSION REQUESTED. THIS ADJUSTMENT WILL BE IMPLEMENTED VIA A RECONCILIATION MODIFICATION AT THE END OF CONTRACT PERFORMANCE. PRICE REDUCTIONS MADE PURSUANT TO THIS SECTION SHALL NOT LIMIT OTHER REMEDIES AVAILABLE TO THE GOVERNMENT FOR FAILURE TO MEET REQUIRED RTATS, INCLUDING BUT NOT LIMITED TO THE GOVERNMENT'S RIGHT TO TERMINATE FOR DEFAULT. 3.RECONCILIATION: A RECONCILIATION MODIFICATION WILL BE ISSUED AFTER FINAL INSPECTION AND ACCEPTANCE OF ALL ASSETS INDUCTED UNDER THIS 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, THE PRICE ADJUSTMENT AS STATED SHALL BE APPLICABLE. 4.COMPANIES WHO ARE NOT CURRENTLY A TECHNICAL-APPROVED SOURCE FOR THE SOLICITED ITEM AND ARE INTERESTED IN DOING BUSINESS WITH NAVSUP CAN EXPRESS THEIR INTERESTS BY COMPLETING A VENDOR INTEREST FORM AT THE NAVSUP BUSINESS OPPORTUNITIES WEB PORTAL AT H HTTPS://WWW.NAVSUP.NAVY.MIL/PUBLIC/NAVSUP/BUSINESS_OPPS/. THE AWARD ACTION FOR THE CURRENT SOLICITED REQUIREMENT WILL NOT BE HELD UP FOR ATTAINING APPROVAL OF AN OFFEROR THAT IS NOT CURRENTLY TECHNICALLY ACCEPTABLE BY THE GOVERNMENT FOR THIS ITEM. 5.DO NOT INCLUDE THE COST FOR SHIPPING MATERIAL AS THE GOVERNMENT IMPLEMENTED SHIPPING SYSTEM (NAVSUPWSSFA24) WILL BE SHIPPING/DELIVERING MATERIAL. 6.THE CONTRACTOR MUST OBTAIN FINAL INSPECTION AND ACCEPTANCE BY THE GOVERNMENT FOR ALL ASSETS WITHIN THE RTATS ESTABLISHED IN THIS CONTRACT. 7.THE VENDOR IS REQUIRED TO COMPLY WITH THE COMMERCIAL ASSET VISIBILITY (CAV) OF THE ASSET(S) IN THIS PURCHASE ORDER IN ACCORDANCE WITH NAVSUPWSSFA24. 8.THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY, REQUIRING THE CONTRACTOR'S WRITTEN ACCEPTANCE PRIOR TO EXECUTION. 9.ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS, DELIVERY 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 AS DETAILED HEREIN. 10.DCMA SOURCE INSPECTION AND ACCEPTANCE IS REQUIRED AND FREIGHT IS FOB ORIGIN. 11.REQUIRED SHIPPING PROCEDURE IS MILITARY PACKAGING AND BAR CODING. 12.IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUST STATE WHO THE OEM IS (NAME AND CAGE CODE) AND THE PART NUMBER YOU ARE OFFERING AND PROVIDE TRACEABILITY INFORMATION REQUESTED. 13.PLEASE VERIFY YOUR COMPLIANCE WITH BOTH FAR CLAUSES 52.204-24 AND 52.204-25 AND DFARS CLAUSES 252.204-7008 AND 252.204-7012. 14.ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS, ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS, DELIVERY 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 FAX, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS E-MAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. 15.IN ACCORDANCE WITH DFAR 217.7301, CONTRACTORS SHALL IDENTIFY THEIR SOURCES OF SUPPLY IN CONTRACTS FOR SUPPLIES. IF THE ITEM CURRENTLY BEING PROCURED IS A NON-VALUE ADDED ITEM, PLEASE PROVIDE: ACTUAL MANUFACTURER: CAGE CODE: ADDRESS: 16.CONTRACTORS CAN VIEW THEIR ORDERS, CONTRACTS, AND MODIFICATIONS AT THE CONTRACTORS CAN VIEW THEIR ORDERS, CONTRACTS, AND MODIFICATIONS AT THE ELECTRONIC DOCUMENT ACCESS (EDA) WEB TOOL. THIS WEB TOOL IS LOCATED AT THE WIDE AREA WORKFLOW (WAWF) WEBSITE. IT IS RECOMMENDED THAT CONTRACTORS REGISTER FOR EDA AT: HTTPS://WAWF.EB.MIL/. CLICK ON NEW USER AND REGISTRATION. 17.IF YOUR ORGANIZATION USES MORE THAN ONE CAGE CODE, PLEASE NOTE THE SPECIFIC CAGE CODE TO BE USED FOR THIS ORDER ON YOUR PRICE QUOTE. 18.CONTRACT DISTRIBUTION: IT IS RECOMMENDED THAT VENDORS PROVIDE CONTACT INFORMATION TO NAVSUP WSS MECHANICSBURG IN ORDER TO RECEIVE AUTOMATED NOTIFICATIONS FROM NAVY ELECTRONIC COMMERCE ONLINE (NECO) WHEN CONTRACTS / MODIFICATIONS ARE ISSUED AND POSTED ON EDA. TO RECEIVE THESE NOTIFICATIONS, CONTACT: NAVSUP WSS CODE 025, PROCUREMENT SYSTEMS DESIGN AND CONTRACT SUPPORT DIVISION VIA EMAIL AT NAVSUPWSSITIMPHELPDESK@NAVY.MIL. PLEASE INCLUDE THE FOLLOWING INFORMATION WITH YOUR REQUEST: CAGE CODE, COMPANY NAME AND ADDRESS AND POC WITH PHONE NUMBER AND E-MAIL ADDRESS. 19.A 100% option provision has been included in this solicitation in the event the Government has additional requirements prior to or after issuance of the award. This option may be exercised up to 180 Days after the Date of Award. This option provision will authorize the Government to add the additional quantity, up to the percentage cited, to the order at time or award or via modification after award without having to resolicit. It is requested that pricing be submitted on the option provision, which is shown on the schedule page as a separate item. Evaluation for award of the proposed requirement will be based upon the lowest aggregate total price submitted for the total quantity, inclusive of the option provision. 20.PRICING IS VALID 90 DAYS AFTER THE CLOSING DATE OF THE RFQ/RFP UNLESS OTHERWISE SPECIFIED. 21.PLEASE PROVIDE ALL OF THE ABOVE INFORMATION WITH CONTRACTOR?S QUOTE. ANY QUESTIONS SHOULD BE DIRECTED TO THE POC FOR THIS SOLICITATION. POC: LEO DOUGHERTY POC EMAIL: LEO.DOUGHERTY@NAVY.MIL \\\\ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the PDMC . 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 PDMC 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. ;00724 8423670-002; 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. 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 : 335999 PSC Code : 7E20 Phone : N/A
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business Gasket Justice 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 Financial Transactions Processing Photographic Film Other Similar Organizations (except Business Management Other Justice Other Similar Organizations (except Business Agencies All Other Publishers Construction Process Small Arms Metal Can
CPVS
Welding Tools 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 Aggregates Calendars Sections Ammunition Publications 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 Sales, marketing and business intelligence software package Records Document creation, drawing, imaging, scheduling and productivity software package Command, control, communication systems Sales, marketing and business intelligence software development services Supports Document creation, drawing, imaging, scheduling and productivity software development services 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 Bars, rods, wire and profiles used in construction Other services Posts Bars Technical manuals Furnishing Repair, maintenance and associated services of vehicles and related equipment Explosives 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
Explosives Post Calendars Ammunition Awards Business cases Packing Inspection Distribution Bars Desks Surface Single room Case making services IP phones Packaging case Aggregates 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 Infrastructure Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Construction Agriculture-Food and Beverages Energy-Power and Electrical Computer Hardwares and Consumables Industry Aviation 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