Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Amendment 001: The Purpose Of This Amendment Is To Update The Solicitation To Full-and-open Competition And Extend The Closing Date To 29 January, 2025.
please Read This Entire Notice Carefully As It Constitues The Only Notice That Will Be Issued.
this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued.
the Request For Quote (rfq) Number Is N66604-25-q-0195. This Requirement Is Being Solicited As A 100% Small Business Set-aside.the North American Industry Classification System (naics) Code For This Acquisition Is 332999; The Small Business Size Standard Is 750 Employees.
the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Intends To Award A Firm Fixed Price Type Purchase Order For The Below Items:
clin 0001: Quantity Of Six (6) Modified 4w11 Cable Assemblies, In Accordance With Attached Drawing 7053096 And The Additional Requirements Sheet.
clin 0002: Option 01 For An Additional Quantity Of Eight (8) Modified 4w11 Cable Assemblies, In Accordance With Attached Drawing 7053096 And The Additional Requirements Sheet.
this Requirement Contains Drawings That Are Designated Distribution D; Therefore, They Are Export Controlled. To Access The Government Documents, The Offeror Must Possess A Valid Joint Certification Program (jcp) Certification. In Order To Obtain Access To The Drawings, A Valid Dd 2345 Form Must Be Provided To The Request For Quote Point Of Contact And The Requests For The Drawings Shall Come From The Jcp Custodian; Drawings Will Not Be Provided To Other Points Of Contact. Additionally, In Accordance With Dfars Supplement Rule 2019-d041 (assessing Contractor Implementation Of Cybersecurity Requirements), Only Offerors With A Summary Level Score Of A National Institute Of Standards And Technology (nist) Special Publication (sp) 800-171 Dod Assessment, Of Not More Than Three (3) Years Old From The Date Of This Combined Synopsis And Solicitation, Posted In The Supplier Performance Risk System (sprs) Will Be Eligible To Receive A Copy Of The Drawings.
delivery Is F.o.b. Destination To Newport, Ri 02841. Please Include Any Applicable Shipping Charges.
incorporated Provisions And Clauses Are Those In Effect Through The Latest Federal Acquisition Circular. The Following Far Clauses And Provisions Apply To This Solicitation:
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Service Or Equipment
52.209-11, Representation By Corporations Regarding Delinquent Tax
52.212-1, Instructions To Offerors Commercial Items
52.212-3, Offeror Representations And Certifications Commercial Items
52.212-4, Contract Terms And Conditions Commercial Items
52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders Commercial Items
52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities.
the Following Dfars Clauses Apply To This Solicitation:
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information,
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (deviation 2024-o0013, Revision 1)
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements,
252.204-7020 Nist Sp 800-171 Dod Assessment Requirements,
252.211-7003 Item Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations
252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors
252.246-7008 Sources Of Electronic Parts
full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At Www.acquisition.gov/far
the Method Of Payment Is Via Electronic Payment Through Wide Area Workflow (wawf). In Accordance With Dfar Clause 252.211-7003, The Contractor Shall Provide A Unique Item Identifier (uid) For All Delivered Items For Which The Government’s Unit Acquisition Cost Is $5,000.00 Or More.
this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov
the Quote Shall Include Price, Delivery Terms, And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Duns. A Quote Received After The Closing Date And Time Specified May Be Ineligible For Award.
the Quote May Be Submitted Via Email To The Email Address Below And Must Be Received On Or Before Wednesday, 29 January 2025 At 1400 Eastern Time. Offer Received After The Closing Date Are Considered To Be Late And May Not Be Considered For Award. For Information On This Acquisition, Contact Franklin Patton At Franklin.k.patton2.civ@us.navy.mil.
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n711.17|ba3|717-605-1318|taylor.r.arroyo2.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|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|n4098b|tbd|n/a|n/a|tbd||||||
note For Contractor/administrative Contracting Officer|3||||
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|334511|1350||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
the Purpose Of This Amendment Is To Notate The Extension Of The Offer Due Datefrom 23 Dec 2024 To 29 Jan 2025.
the Ship To Is Hereby Updated To N40443.
all Other Terms And Conditions Remainunchanged.
a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Taylor.r.arroyo2.civ@us.navy.mil.
b. General Requirements: Mil-std Packaging, Government Source Inspection Required.
c. All Freight Is Fob Origin.
d. This Rfq Is For A Buy/procurement. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
e. Must Adhere To Iuid Requirements Of Dfars 252.211-7003
f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
g. Your Quote Should Include The Following Information For Justification Purposes:
- New Procurement Unit Price____________________
- Total Price _____________________
- Procurement Delivery Lead Time (ptat) _________________ Days
- Award To Cage _______________
- Inspection & Acceptance Cage, If Not At Award To Cage _____________
- Cost Breakdown Requested, Including Profit Rate (if Feasible).
- Quote Expiration Date _______________ (90 Days Minimum Is Requested).
- Delivery Vehicle (if Delivery Order Requested)(e.g. If Your Cage Has A Current Boa/idiq)
h. Important Traceability Notice:
if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items.
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s)listed In The Schedule.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Azimuth Circle .
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 Azimuth Circle Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;21913 Milc228;
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.
Closing Date29 Jan 2025
Tender AmountNA
DEPT OF THE NAVY USA Tender
Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Foreign Military Sales (fms) Repair Requirement
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Contact Information|4|n7m2.25|efk|see Email|marcus.a.hill21.civ@us.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|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
option For Increased Quantity (mar 1989)|1|365 Days|
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|334111|1250 Employees||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
"all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 100 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
your Quote Should Include The Following Information:
Quote Amount And Rtat
Unit Price:__________
Total Price:__________
Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant 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
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 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 This
contract.
Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte): ___
Return Material Authorization # (rma), If Applicable:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________
Testing And Evaluation If Beyond Repair
T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment.
The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________.
Awardee Info & Performance Location
Awardee Cage: __________
Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________
Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As ""awardee Cage"":__________
Iot Compare Repair Price To Price To Buy New
New Unit Price:__________
New Unit Delivery Lead-time:__________
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Front Cover Assembl .
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 Front Cover Assembl 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.
;22830 67003-2
22830 67003-4;
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 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.
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Chemical Products
United States
Contact Information|4|n774.3|arq|717-605-3918|russell.w.kreider.civ@us.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|invoice And Receiving Report (combo)||to Be Determined|n00104|to Be Determined|to Be Determined|see Schedule|to Be Determined|see Schedule||to Be Determined||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg|
equal Opportunity (sep 2016)|2|||
option For Increased Quantity (mar 1989)|1|365 Days After Contract Award Date |
alternate A, Annual Representations And Certifications (oct 2024)|13|x|||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|335311|800|x|x||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Russell.w.kreider.civ@us.navy.mil.
b. General Requirements: Mil-std Packaging, Government Source Inspection, Fob Source, Cav Reporting.
c. This Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
d. Only A Firm-fixed (ffp), Not-to-exceed (nte), Or Estimated (est) Price For The Repair Of The Subject Item(s) Will Be Accepted. Quotes Limited To Test And Evaluation (t&e) Will Not Be Accepted. The Quoted Price Must Be For The Repair Of The Item(s).
e. Must Adhere To Iuid Requirements Of Dfars 252.211-7003
f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Repair Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
g. The Government Is Requesting A Repair Turnaround Time (rtat) Of: 90 Days After Receipt Of Asset.
Repair Turnaround Time (rtat) Definition: The Resultant 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 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 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
this Contract.
please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25.
throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences: _____/month (contractor Is To Fill In #). A Throughput Of "0" (zero) 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.
h. Important Note:
reconciliation Price Reduction:
any Asset(s) For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late. However, Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If The
contractor Does Not Meet The Required Rtat Due To Inexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The 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.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit/per Month The Contractor Does Not Meet The Rtat: $___________, Up To A Maximum Of: $__________. (vendor Is To Fill In Amount)
i. Your Quote Must Include The Following Information For Justification Purposes:
- Repair Unit Price ________________
- Total Price________________
- Repair Turnaround Time (rtat) _____________ Days
note: If You Are Not Quoting The Government's Requested Repair Turnaround Time (rtat) Or Sooner, You Must Provide Your Company's Capacity Constraints Below:
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
- Indicate Price Type:
Firm-fixed-price _____
Not-to-exceed (ceiling Price) _____
Estimated _____
- New Unit Price_________________
- New Unit Delivery Lead Time____________ Days
- T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br/ber, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment.
- The T&e Fee (if Asset Is Determined Br/ber) Was Determined Based On: ____________________________________________________________________
____________________________________________________________________
- Award To Cage:________
- Inspection & Acceptance Cage, If Not The Same As Award To Cage: _________
- Facility/subcontractor Cage (where The Asset Should Be Shipped To), If Not Same As Award To Cage. __________
- Facility/subcontractor Or Packaging Facility Cage (where The Asset Will Be Shipped From), If Not The Same As Award To Cage. ________
- Basis Of Quoted Pricing:
; Estimated Costs____
; Historical Repair Pricing___
;other ______________________________________________
- Cost Breakdown Requested, Including Profit Rate (if Feasible).
- Quote Expiration Date _______________________ (min Of 90 Days Is Requested).
- Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example)
j. Options
prospective Option Quantity Up To 100%
notes:
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government Requests Up To A 100% (2 Ea) Option For A Period Of 365 Days. The Option Grants The Government The Unilateral Authority To Increase
this Order Up To The Above Quantity Within 365 Days Of The Contract Award Date. This Will Incorporate Far Clause 52.217-6 (option For Increased Quantity) Into The Award. The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit
price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract,
unless The Parties Otherwise Agree. A Modification Will Be Completed At The Time The Option Is Exercised And All Current Contract Terms And Conditions Will Apply To The Option Quantity.
please Indicate If The Contracting Officer May Exercise The 100% Option Quantity For The Contract.
yes ____ Or No ____
or If You Request A Variation To The Option Please Let Me Know In Your Quote.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Power Supply .
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 Power Supply 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.
;1eg52 Bml15101/1;
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.
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.
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Chemical Products
United States
Contact Information|4|n774.3|gys|717-605-3918|russell.w.kreider.civ@us.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|invoice And Receiving Report (combo)||to Be Determined|n00104|to Be Determined|to Be Determined|see Schedule|to Be Determined|see Schedule||to Be Determined||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg|
equal Opportunity (sep 2016)|2|||
option For Increased Quantity (mar 1989)|1|365 Days After Contract Award Date |
alternate A, Annual Representations And Certifications (oct 2024)|13|x|||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|333414|500|x|x||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Russell.w.kreider.civ@us.navy.mil.
b. General Requirements: Mil-std Packaging, Government Source Inspection, Fob Source, Cav Reporting.
c. This Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
d. Only A Firm-fixed (ffp), Not-to-exceed (nte), Or Estimated (est) Price For The Repair Of The Subject Item(s) Will Be Accepted. Quotes Limited To Test And Evaluation (t&e) Will Not Be Accepted. The Quoted Price Must Be For The Repair Of The Item(s).
e. Must Adhere To Iuid Requirements Of Dfars 252.211-7003
f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Repair Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
g. The Government Is Requesting A Repair Turnaround Time (rtat) Of: 192 Days After Receipt Of Asset.
Repair Turnaround Time (rtat) Definition: The Resultant 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 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 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
this Contract.
please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25.
throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences: _____/month (contractor Is To Fill In #). A Throughput Of "0" (zero) 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.
h. Important Note:
reconciliation Price Reduction:
any Asset(s) For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late. However, Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If The
contractor Does Not Meet The Required Rtat Due To Inexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The 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.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit/per Month The Contractor Does Not Meet The Rtat: $___________, Up To A Maximum Of: $__________. (vendor Is To Fill In Amount)
i. Your Quote Must Include The Following Information For Justification Purposes:
- Repair Unit Price ________________
- Total Price________________
- Repair Turnaround Time (rtat) _____________ Days
note: If You Are Not Quoting The Government's Requested Repair Turnaround Time (rtat) Or Sooner, You Must Provide Your Company's Capacity Constraints Below:
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
- Indicate Price Type:
Firm-fixed-price _____
Not-to-exceed (ceiling Price) _____
Estimated _____
- New Unit Price_________________
- New Unit Delivery Lead Time____________ Days
- T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br/ber, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment.
- The T&e Fee (if Asset Is Determined Br/ber) Was Determined Based On: ____________________________________________________________________
____________________________________________________________________
- Award To Cage:________
- Inspection & Acceptance Cage, If Not The Same As Award To Cage: _________
- Facility/subcontractor Cage (where The Asset Should Be Shipped To), If Not Same As Award To Cage. __________
- Facility/subcontractor Or Packaging Facility Cage (where The Asset Will Be Shipped From), If Not The Same As Award To Cage. ________
- Basis Of Quoted Pricing:
; Estimated Costs____
; Historical Repair Pricing___
;other ______________________________________________
- Cost Breakdown Requested, Including Profit Rate (if Feasible).
- Quote Expiration Date _______________________ (min Of 90 Days Is Requested).
- Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example)
j. Options
prospective Option Quantity Up To 100%
notes:
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government Requests Up To A 100% (2 Ea) Option For A Period Of 365 Days. The Option Grants The Government The Unilateral Authority To Increase
this Order Up To The Above Quantity Within 365 Days Of The Contract Award Date. This Will Incorporate Far Clause 52.217-6 (option For Increased Quantity) Into The Award. The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit
price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract,
unless The Parties Otherwise Agree. A Modification Will Be Completed At The Time The Option Is Exercised And All Current Contract Terms And Conditions Will Apply To The Option Quantity.
please Indicate If The Contracting Officer May Exercise The 100% Option Quantity For The Contract.
yes ____ Or No ____
or If You Request A Variation To The Option Please Let Me Know In Your Quote.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Heater,fluid,electr .
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 Heater,fluid,electr 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.
;74924 350-142167;
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.
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
16--blade Propeller, Ai, In Repair/modification Of
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n732.47|yis|n/a|dana.l.scott14.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
higher-level Contract Quality Requirement|8|x||||||||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
desired And Required Time Of Delivery (june 1997)|29|all Items|all Units|90 Days Or Less Desired.|||||||||||||||||||||||||||
fms Delivery And Shipping Instructions|3||p740|n52212.rm Roman.s.maslij.civ@us.navy.mil|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo Type)||tbd|n00383|tbd|source|psp00u |source|psp00u||||||||
note For Contractor/administrative Contracting Officer|4|||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
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|336413|1250|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||do-a1a|
amendment 0001 Is Hereby Released To Incorporate The Following:
0001ab Pkse5442206264 Pks003 1 Ea
all Other Terms And Conditions Of Sol Nr: N00383-25-q-f055 Remain Unchanged.
offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. For Information Or Questions Regarding This Notice, Please Contact Mrs. Dana Scott At The Email Address:
dana.l.scott14.civ@us.navy.mil
this Is A Limited Source Requirement Being Solicited As A Sole Source Procurement As The Agency Anticipates Receiving A Single Acceptable Offer From One Source. Other Capable Firms Identified As Sources Iaw The Controlled Drawing For This Item, May Contact The
government Poc Identified In Thissolicitation To Express Interest In The Requirement.
this Request For Quote (rfq) Is For The Purchase Of:
nsn: 7rh 1680 014967283 Bl
p/n: Cu09609253
nom: Trim Servo Assy,air
qty: 3
please Submit Proposal Via Email To Dana.l.scott14.civ@us.navy.mil By The
due Date Specified On Page 1, Block 10.
this Is A Limited Source Requirement. Lpta Procedures Will Be Utilized If More Than One Qualified Source Submits A Proposal.
the Government Physically Does Not Have In Its Possession Sufficient,
accurate, Or Legible Data To Contract Purchase With Other Than The Current
source.
these Items Require Government Source Approval Prior To Award. If You Are Not
an Approved Source, You Must Submit, Together With Your Proposal, The
information Detailed In The Navsup Wss Source Approval Brochure Which Can Be
obtained On The Internet At
https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps .
offers Received Which Fail To Provide All Data Required By The Source Approval
brochure Will Not Be Considered For Award Under This Solicitation
for Information Or Questions Regarding This Notice, Please Contact Dana Scott
at The Email Address: Dana.l.scott14.civ@us.navy.mil
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.
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Pma-281 Airwing Shipboard Integration Installations
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Please Read This Entire Notice Carefully As It Constitues The Only Notice That Will Be Issued.
the Naval Undersea Warfare Center, Division Newport (nuwcdivnpt) Intends To Award A Firm Fixed Price Purchase Order On A Sole Source Requirement Basis For Gdms Progeny Systems. Gdms Progeny Systems Serves As The Design Agent For The Mtws Mod 1b And Has Small Business Innovation Research Data Rights To The Design Under Sbir Topic No. N96-278 Phase Iii. Therefore, The Ttws Drawers Can Only Be Repaired By The Sole Source Original Equipment Manufacturer (oem).
this Solicitation Is Not A Request For Competitive Quotes. However, All Quotes Received By The Closing Date Will Be Considered By The Government For Future Requirements. A Determination Not To Compete This Proposed Requirement Based On Responses To This Solicitation Is Solely Within The Discretion Of The Government. Quotes Received Will Normally Be Considered Solely For The Purposes Of Determining Whether To Conduct A Competitive Procurement In The Future.
request For Quote (rfq) Number Is N66604-25-q-0172. This Requirement Is Being Solicited On A Sole Source Requirement Basis.the North American Industry Classification System (naics) Code For This Acquisition Is 333310; The Small Business Size Standard Is 1,000 Employees.
the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Intends To Award A Firm Fixed Price Type Purchase Order For The Below Items:
clin 0001: Evaluation Of Quantity Of Four (4) Torpedo Tube Weapon Simulator (ttws) Drawers, Part #: A0114887.
clin 0002: Option Clin 01 To Repair Up To A Quantity Of Four (4) Ttws Drawers, Part #: A0114887, To Be Exercised After Evaluation Has Been Completed.
return Delivery Of The Drawers Shall Be Fob Destination To Newport Ri, 02841. Please Include Any Applicable Shipping Charges.
incorporated Provisions And Clauses Are Those In Effect Through The Latest Federal Acquisition Circular. The Following Far Clauses And Provisions Apply To This Solicitation:
52.204-2 Security Requirements
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Service Or Equipment
52.209-11, Representation By Corporations Regarding Delinquent Tax
52.212-1, Instructions To Offerors Commercial Items
52.212-3, Offeror Representations And Certifications Commercial Items
52.212-4, Contract Terms And Conditions Commercial Items
52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders Commercial Items
the Following Dfars Clauses Apply To This Solicitation:
252.204-7000, Disclosure Of Information.
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information,
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (deviation 2024-o0013, Revision 1)
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements,
252.204-7020 Nist Sp 800-171 Dod Assessment Requirements,
252.211-7003 Item Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations
252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors
252.246-7008 Sources Of Electronic Parts
full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At Www.acquisition.gov/far
the Method Of Payment Is Via Electronic Payment Through Wide Area Workflow (wawf). In Accordance With Dfar Clause 252.211-7003, The Contractor Shall Provide A Unique Item Identifier (uid) For All Delivered Items For Which The Government’s Unit Acquisition Cost Is $5,000.00 Or More.
this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov
the Quote Shall Include Price, Delivery Terms, And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Uei. A Quote Received After The Closing Date And Time Specified May Be Ineligible For Award.
the Quote May Be Submitted Via Email To The Email Address Below And Must Be Received On Or Before Wednesday, 29 January 2025 At 1400 Eastern Time. Offers Received After The Closing Date Are Late And May Not Be Considered For Award. For Information On This Acquisition, Contact Franklin Patton At Franklin.k.patton2.civ@us.navy.mil.
Closing Date29 Jan 2025
Tender AmountRefer Documents
1641-1650 of 2137 archived Tenders