Description
CONTACT INFORMATION|4|N771.3|WG2|717-605-1355|JOSHUA.R.JACOBSON4.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)||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|SEE
SCHEDULE||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE
AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (JAN2023))|3|||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DAYS AFTER CONTRACT AWARD DATE| ALTERNATE A, ANNUAL REPRESENTATIONS AND
CERTIFICATIONS (NOV 2020)|13|X|X|||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|333998|700|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS,
AND ENRGY PROGAM USE (APRIL 2008))|2||X| This solicitation is issued pursuant to Emergency Acquisition Authority (EAA). A. Electronic submission of any quotes, representations, and any
necessary certifications shall be accomplished via an email directed to JOSHUA.R.JACOBSON4.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 contractors 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: ## _149__ 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 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. 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 Governments 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 Governments Requested Repair Turnaround Time (RTAT) or sooner, you must provide your companys capacity constraints:
___________________________________________________________________________ ___________________________________________________________________________
___________________________________________________________________________ - 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 quote pricing: ; Estimated costs, or ;
Historical repair price - Cost breakdown, 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 67% NOTES: The government requests up to a 67% (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 contractor shall provide the same delivery time and price listed in the contract schedule. 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 67% 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 PURIFIER,CENTRIFUGA . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS
3.1 Cage Code/Reference Number Items - The PURIFIER,CENTRIFUGA 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. ;6K044 55N03/A-2902; 3.2 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. 4. QUALITY ASSURANCE 4.1
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. 4.2 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- MIL-STD
2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE