Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF
SUPPLIES|26||||||||||||||||||||||||||| TIME OF DELIVERY (JUNE 1997)|20|CLIN 0001|30|300|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN
2023)|16|Combo|N/A|To Be Determined (TBD)|N00104|TBD|TBD|See Schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE
ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL
OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2022)|4||||| 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 (JAN2023))|3|||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN
CERTIFIED COST OR PRICING DATA-MODIFICATIONS (NOV 2021))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13||||||||||||||
SMALL BUSINESS PROGRAM REPRESENTATIONS (DEVIATION 2023-O0002) (DEC 2022)|4||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY
AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS(FEB 2021))|4||||| ANNUAL REPRESENTATIONS AND
CERTIFICATIONS (MAR 2023)|13|334412|750|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| TYPE OF CONTRACT (APR 1984)|1|Firm-Fixed
Price (FFP)| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA
OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (JAN 2023))|1|| All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally,
requiring the contractors written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT)
of 300 days or less 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 o Unit Price: __________ o Extended Total Price: __________ o Repair Turnaround Time (RTAT): _______ days If your company
is not quoting the Governments Required Repair Turnaround Time (RTAT) or earlier, provide your companys 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 contractors 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. o Check one: Firm-fixed-Price (FFP): ___, Not-to Exceed (NTE): ___ o Return
Material Authorization Number (RMA), if applicable: _________________ o Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example):
__________________ TESTING AND EVALUATION IF BEYOND REPAIR o 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 15% of quoted repair price associated with
the repair effort to reflect the BR status of the equipment. o Contractors T&E fee (if asset is determined BR/BER) was determined/computed based on:
______________________________________. AWARDEE INFO & PERFORMANCE LOCATION o Awardee CAGE: __________ o Government Source Inspection CAGE (if not same as "awardee CAGE"): __________
o Packaging & Final Acceptance CAGE (if not same as "awardee CAGE"): __________ o Facility/Subcontractor CAGE (where the asset should be shipped), if not same as "awardee CAGE":
__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW o New unit estimated price: __________ o New unit estimated delivery lead-time: __________ o If new unit no longer available for
procurement, reasons why no longer available: _________________________________________________________________ _________________________________________________________________
_________________________________________________________________ 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 Governments acceptance of the contractors proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. Companies who are not
currently technically approved sources for the solicited item and are interested in doing business with NAVSUP can express their interest 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. RTAT Price Reductions: Any assets for which the contractor does not meet the
required RTAT will incur a price reduction of one percent of unit price per unit per month. 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
Governments right to terminate for default. 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. 1. SCOPE 1.1 This contract/purchase order
contains the requirements for repair and the contract quality requirements for the ELECTRONIC COMPONEN . 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. DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The ELECTRONIC
COMPONEN 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. ;7Y193 H409956-1; 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 Manufacturers 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. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic
mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional
part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The
contractors request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape.
Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor
will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or
mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most
probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in
glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic
mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective.
Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor
concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any
subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be
referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold,
silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems.
Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave
consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 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 Contractors 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
manufacturers 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 manufacturers 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.