Description
CONTACT INFORMATION|4|N793.09|N00383|N/A|KYLE.R.MATSINGER.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY
REQUIREMENT|8|X|||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORTS (COMBO)||TBD|N00383|TBD|TBD|TBD|TBD|||TBD|||||| MONETARY LIMITATION REPAIR
PURCHASE ORDERS|1|20,322.00 | NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX
NATURE (JUN 2003)|6|1 YEAR AFTER DELIVERY DATE|45 DAYS AFTER DISCOVERY OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE
AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 23)|3|||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV
2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY
INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|334220|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS,
ANDENERGY PROGRAM USE (APR 2008))|2||X| The purpose of this amendment is to incorporate the following: 1. Section C, 3.1.1 through 3.20.1 are not applicable and hereby deleted. 2. Clauses
52.213-3and 52.216-24 have been added. All other terms and conditions remain the same. This solicitation will be using competitive procedures. This requirement will be awarded to the
offeror with the lowest price technically acceptable (LPTA) quote. The closing date for this solicitation is listed on page 1 of the solicitation. The quotes may be emailed to the below
email address and must be received on or before 2:00PM EST on the closing date. Offers received after the closing date are considered to be late and will not be considered for award.
Offers received after the closing date are considered to be late and will not be considered for award. This is Repair requirement for the items listed in this solicitation. 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. The Government is seeking a Repair TurnAround Time (RTAT)of: 194.6 days. Note: The RTAT will result in
an enforceable delivery date unless covered by an excusable or Government delay. Your RTAT shall include the time to repair the carcass to "A" condition and packaging/shipment back to the
Navy. 1. SCOPE 1.1 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this
document. 1.2 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany other manufacturing
aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The
foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.3 The use of MIL-W-81381
wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the
drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any
questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 If MIL-STD-454 is referenced in the drawings or in the specification,the contractor is
expected to show compliance with IPC/EIAJ-STD-001C Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by IPC/EIAJ-STD-001C
paragraph 5.1.4. 1.5 . Markings shall be in accordance with MIL-STD-130. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 1.0 GENERAL 3.1.1 This Statement of Work (SOW)
establishes the criteria for repair and testing /inspection of the subject item. It includes inspection, component repair and replacement,reassembly and testing procedures required to
return units back into a servicable condition. 3.2 2.0 DEFINITIONS. 3.2.1 CONTRACTOR: Is defined as the successful offeror awarded a contract, orderor issued a project work order. The
term "contract" encompasses a contract, an order, or a project work order. 3.2.2 OVERHAUL: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary
(by replacing or repairing all components which have been found to exceed limits established by the repair/overhaul manual) reassembled and tested in accordance with the approved
repair/overhaul manual listed in this SOW and returned to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled). 3.2.3 REPAIR: A repaired part is one
which has been restored to a Ready for Issue(RFI) condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation
and troubleshooting phase) and tested in accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired). 3.3 3.0 SCOPE 3.3.1
GENERAL. The items to be furnished hereunder shall be overhauled, upgraded,repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this
contract. Unless expressly provided Government Furnished Property, including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any
other manufacturing aid required for the repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and shall be the responsibility of the
contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract
items. 3.3.2 REPAIR UPGRADE REQUIREMENTS:The contractor shall provide the necessary facility, labor, materials, parts, and test and tooling equipment required to to return the following
items to a Ready For Issue (RFI) condition: RECEIVING SET,RADIO ;RECIEVING SET RADIO, WJ-8711A-4; P/N, ;7RH-5826-01-473-2022; NSN, ;AS REQUIRED; Tech Publications 3.3.3 RFI is defined as
that condition allowing the items to perform properly and reliably in an operational environment in a manner they were intended to operate.The contractor must perform all repairs/upgrades
at the facility identified within this SOW. Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s). 3.4
Changes to such manuals used for repairs under this contract, or changes to drawings or specifications used in the manufacture of parts utilized in these repairs, require Procuring
Contracting Officer (PCO) approval in accordance with the Configuration Management provisions of this Statement of Work or contract. Under no circumstances should the repair, test, and
inspection extend beyond the requirements of this paragraph unless authorized by the Government QAR.In addition, requests for approval of changes to a repair source or repair facility
shall be submitted in writing to the PCO prior to making any such change. 3.4.1 Any repairs performed using unapproved changes to such manuals, drawings, specifications, or changes to
repair source or facility are done at the contractors own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such
unapproved manuals,drawing, specification, repair source or repair facility change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the
Governments disapproval of a requested change to manuals, drawings, specifications, or to a repair source or facility. 3.4.2 References on Drawings and Specifications:For repair and
overhaul purposes only. All references to the "prime contractor" or the "actual manufacturer" appearing on the drawings and / or specifications or technical data furnished by the
Government shall be read as the "Government Designated Agency" 3.4.3 Process Control Documentation: The contractor shall prepare and maintain repair procedures, and test / inspection
information / procedures which shall be made available to the Government for review and approval. The procedures shall include sequential diagrams of processes, as well as the performance
specifications to perform the testing / inspection procedures. Those processes shall be frozen after approval of the inspection / Test. 3.4.4 Beyond Economical Repair (BER). An item is
BER if the cost of the repair exceeds 75% of the production quantity price to replace the item, current at time of award. This replacement price is for the purposes of BER determinations
only, and may not be used or relied on by the offeror in the pricing of the repairs required by this contract. Items determined BER are not included in the contract price. The contractor
shall obtain written concurrence from DCMA for all units determined by the contractor to be BER. All such determinations, including the basis for the determination, the repair required,
the proposed price to repair and the DCMA written concurrence shall be provided by the contractor to the PCO, with a copy to the inventory manager. After receipt of the required
documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. The contractor is not authorized to proceed with the repair
until notification to proceed is received from the PCO. Any disposal ordered shall be performed by the contractor in accordance with all applicable regulations and in accordance with all
DCMA disposal procedures and requirements. 3.4.5 Missing on Induction (MOI). A Weapons Repairable Assembly (WRA) is subject to this MOI provision if the item received by the contractor
for repair is missing one or more Shop Replaceable Assemblies (SRAs). Contractor replacement of MOI SRAs is not included in the contract price. The contractor shall immediately notify
DCMA when an item is received with MOI SRA(s) and shall obtain written verification from DCMA for all WRAs determined to have MOI SRA(s). The contractor shall provide all such
determinations, including identification of the missing SRA(s), and the DCMA written verification, to the Inventory Manager with a copy to the PCO and ACO prior to induction and/or repair
of the WRA. The contractor shall not induct and/or repair WRAs with MOI SRAs until instructions on how to proceed are provided to the contractor by the Inventory Manager (where no
adjustment price to the contract is required) or by the PCO. Items received by the contractor missing consumable parts are not MOI items. Rather, repair of such items and replacement of
the missing consumable parts are included in the contract price and the item shall be inducted and repaired by the contractor under this contract. 3.4.6 Replacing Failed or Missing Shop
Replaceable Assembly (SRA) when repairinga Weapons Replaceable Assembly (WRA). 3.4.7 A. When the contractor believes one or more SRA(s) within a WRA are either: 3.4.8 Beyond Economic
Repair (BER) or Beyond Repair (BR) i. e. the unit is not capable of being repaired because of the extent of physical damage), or Missing on Induction (MOI), the contractor shall obtain
written verification from DCMA and advice from the Inventory Manager whether a SRA may be replaced by one or more of the following options: Ship in place from an existing spares or repair
contract, if any, MILSTRIP the SRA(s), otherwise be provided direction for obtaining the SRA(s) at no cost to the contractor.The detailed procedures are set forth in Section 6.0 of the
WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK. 3.4.9 B.When not otherwise provided for (or precluded) by other terms of this contract, the contractor may seek written
authorization to replace failed SRA(s) with Ready For Issue SRA(s). When authorized, the procedures set forth in paragraph 3.0 of Section 6.2 of the WEB-BASED COMMERCIAL ASSET VISIBILITY
(CAV) STATEMENT OF WORK shall be followed. 3.4.10 Over and Above Repair (OAR). An item sent to the contractor shall be considered to require over and above (OAR) repair effort if the
repair required is not the type of repair that would be anticipated as a result of normal Navy operation of the item and is not included in the contract pricing due to the nature or scope
of the repair needed for that particular item. Therefore, repair of OAR items may be subject to equitable adjustment. The Contractor shall obtain written concurrence from DCMA for all
units determined by the contractor to require OAR effort. All such OAR determinations, including the basis for the determination, the repair required, the proposed price to repair and the
DCMA written concurrence, shall be provided by the contractor to the PCO prior to undertaking repair of the item. After receipt of the required documentation, the PCO shall provide the
contractor disposition instructions or contractual authority for repair of the item. Any ordered disposal shall be performed by the contractor in accordance with all applicable
regulations and DCMA disposal procedures and requirements. 3.5 4.0 PARTS AND MATERIALS 3.5.1 General. The contractor is responsible for supplying all parts and material necessary to
perform the required repairs under this contract unless parts or material are specifically identified as Government Furnished Material (GFM). All parts and material used in performance of
this contract shall be in accordance with the latest approved revision of applicable drawings and specifications and shall be new in accordance with FAR 52.211-5, Material Requirements,
which is incorporated by reference herein. Authorization to use other than new material as defined by FAR 52.211-5 requires written approval from the PCO. In addition, cannibalization
must be approved by the PCO. Cannibalization of units that have not been inducted is not typically authorized and requires specific approval by the PCO. 3.5.2 The contractor shall ensure
it has access for the duration of this contract to updated drawings and specifications for parts and material required for repairs performed under this contract. Any change to such
parts/material drawings or specifications requires Government approval in accordance with the Configuration Management provisions of this Statement of Work. Written approval from the PCO
must be obtained prior to any change to the manufacturing source or manufacturing facility for all parts which require source approval, unless the contractor is the Design Control Agent
(DCA) (i.e. the entity responsible for maintaining the latest configuration data) for the the contract item. If the contractor is the DCA, the contractor may approve approve changes to
manufacturing source or manufacturing facility for all parts, including those which require source approval. Any repairs performed using unapproved changes to such drawings,
specifications or manufacturing source or facility are done at the contractors own risk. If the Government disapproves the requested change, the contractor shall replace any delivered
items repaired using such unapproved change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Governments disapproval of a requested
change to the drawings, specifications or manufacturing source or facility. 3.5.3 Purchased Material Control and Parts Control. The contractor shall establish and maintain a system of
control over purchased parts and material. Such controls shall, at a minimum, assure that the parts and and material purchased are in compliance with the requirements of this contract.
3.5.4 Receiving Inspection of Purchased Parts and Material. (1)Purchased items shall be inspected upon receipt at the contractors facility to assure conformance with all requirements of
the applicable drawings and specifications or (2)the contractor shall provide prior to the contract award evidence for Government review and approval of a purchased parts and material
system which provides for the inspections to assure conformance with all requirements of the applicable drawings and specifications. Evidence of such inspections of such inspections shall
be maintained by the contractor or subcontractor for Government review.The inspection report shall, at a minimum, include a record of all dimensional data (coordinate/positional),
material, finish, and process with appropriate pass/fail criteria such as certifications and actual dimensonal readings. 3.5.5 ^^^NOTE^^^PART CANNIBALIZATION IS NOT AUTHORIZED UNLESS
SPECIFICALLY APPROVED BY NAVSUP WSS AND THE BDE. 3.5.6 3.6 SOURCE AND LOCATION OF REPAIR SOURCE: 3.6.1 The contractor shall specify the name of the Source/Division performing the work and
the actual location where work will be performed. RECEIVING SET,RADIO ;DRS SIGNAL SOLUTIONS; Company Name , ;GERMANTOWN, MD.; Address , ;(14632) ; Cage Code inspection will be
accomplished on the contractors equipment 3.7 5.0 CONTRACTOR QUALITY REQUIREMENTS: 3.7.1 Quality Program. The Contractor shall establish, implement, document and maintain a quality system
that ensures conformance to all applicable requirements of ISO 9001/ SAE AS9100. The Contractors quality management system/program shall be designed to promptly detect, correct and
prevent conditions that adversely affect quality. 3.7.2 Calibration System Requirements. Contractor shall maintain a calibration system that meets the requirements of ANSI/NCSL Z540.3,
ISO-10012-1 or an equivalent calibration program acceptable to the Government. 3.8 6.0 CONFIGURATION MANAGEMENT (CM): 3.8.1 The contractor shall maintain a configuration management plan
in accordance with the provisions of NAVSUP WSS configuration management clause NAVICPIA18. (Refer to contract). 3.9 7.0 MARKINGS. 3.9.1 Marking shall be as indicated in the contract when
applicable. 3.10 8.0 STORAGE; 3.10.1 The contractor shall provide a proper enclosed warehouse environment for both material items awaiting repair and assets which have been repaired and
are awaiting shipment to ensure the items are not damaged while being stored. 3.11 1.0 GENERAL 3.11.1 This Statement of Work (SOW) establishes the criteria for repair and testing
/inspection of the subject item. It includes inspection, component repair and replacement,reassembly and testing procedures required to return units back into a servicable condition. 3.12
2.0 DEFINITIONS. 3.12.1 CONTRACTOR: Is defined as the successful offeror awarded a contract, orderor issued a project work order. The term "contract" encompasses a contract, an order, or
a project work order. 3.12.2 OVERHAUL: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which
have been found to exceed limits established by the repair/overhaul manual) reassembled and tested in accordance with the approved repair/overhaul manual listed in this SOW and returned
to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled). 3.12.3 REPAIR: A repaired part is one which has been restored to a Ready for Issue(RFI)
condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and tested in
accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired). 3.13 3.0 SCOPE 3.13.1 GENERAL. The items to be furnished
hereunder shall be overhauled, upgraded,repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided
Government Furnished Property, including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the
repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and shall be the responsibility of the contractor. The foregoing applies notwithstanding
any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items. 3.13.2 REPAIR UPGRADE REQUIREMENTS:The
contractor shall provide the necessary facility, labor, materials, parts, and test and tooling equipment required to to return the following items to a Ready For Issue (RFI) condition:
RECEIVING SET,RADIO ;RECIEVING SET RADIO, WJ-8711A-4; P/N, ;7RH 5826 014732022; NSN, ;AS REQUIRED; Tech Publications 3.13.3 RFI is defined as that condition allowing the items to perform
properly and reliably in an operational environment in a manner they were intended to operate.The contractor must perform all repairs/upgrades at the facility identified within this SOW.
Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s). 3.14 Changes to such manuals used for repairs under
this contract, or changes to drawings or specifications used in the manufacture of parts utilized in these repairs, require Procuring Contracting Officer (PCO) approval in accordance with
the Configuration Management provisions of this Statement of Work or contract. Under no circumstances should the repair, test, and inspection extend beyond the requirements of this
paragraph unless authorized by the Government QAR.In addition, requests for approval of changes to a repair source or repair facility shall be submitted in writing to the PCO prior to
making any such change. 3.14.1 Any repairs performed using unapproved changes to such manuals, drawings, specifications, or changes to repair source or facility are done at the
contractors own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved manuals,drawing, specification,
repair source or repair facility change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Governments disapproval of a requested
change to manuals, drawings, specifications, or to a repair source or facility. 3.14.2 References on Drawings and Specifications:For repair and overhaul purposes only. All references to
the "prime contractor" or the "actual manufacturer" appearing on the drawings and / or specifications or technical data furnished by the Government shall be read as the "Government
Designated Agency" 3.14.3 Process Control Documentation: The contractor shall prepare and maintain repair procedures, and test / inspection information / procedures which shall be made
available to the Government for review and approval. The procedures shall include sequential diagrams of processes, as well as the performance specifications to perform the testing /
inspection procedures. Those processes shall be frozen after approval of the inspection / Test. 3.14.4 Beyond Economical Repair (BER). An item is BER if the cost of the repair exceeds 75%
of the production quantity price to replace the item, current at time of award. This replacement price is for the purposes of BER determinations only, and may not be used or relied on by
the offeror in the pricing of the repairs required by this contract. Items determined BER are not included in the contract price. The contractor shall obtain written concurrence from DCMA
for all units determined by the contractor to be BER. All such determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA
written concurrence shall be provided by the contractor to the PCO, with a copy to the inventory manager. After receipt of the required documentation, the PCO shall provide the contractor
disposition instructions or contractual authority for repair of the item. The contractor is not authorized to proceed with the repair until notification to proceed is received from the
PCO. Any disposal ordered shall be performed by the contractor in accordance with all applicable regulations and in accordance with all DCMA disposal procedures and requirements. 3.14.5
Missing on Induction (MOI). A Weapons Repairable Assembly (WRA) is subject to this MOI provision if the item received by the contractor for repair is missing one or more Shop Replaceable
Assemblies (SRAs). Contractor replacement of MOI SRAs is not included in the contract price. The contractor shall immediately notify DCMA when an item is received with MOI SRA(s) and
shall obtain written verification from DCMA for all WRAs determined to have MOI SRA(s). The contractor shall provide all such determinations, including identification of the missing
SRA(s), and the DCMA written verification, to the Inventory Manager with a copy to the PCO and ACO prior to induction and/or repair of the WRA. The contractor shall not induct and/or
repair WRAs with MOI SRAs until instructions on how to proceed are provided to the contractor by the Inventory Manager (where no adjustment price to the contract is required) or by the
PCO. Items received by the contractor missing consumable parts are not MOI items. Rather, repair of such items and replacement of the missing consumable parts are included in the contract
price and the item shall be inducted and repaired by the contractor under this contract. 3.14.6 Replacing Failed or Missing Shop Replaceable Assembly (SRA) when repairinga Weapons
Replaceable Assembly (WRA). 3.14.7 A. When the contractor believes one or more SRA(s) within a WRA are either: 3.14.8 Beyond Economic Repair (BER) or Beyond Repair (BR) i. e. the unit is
not capable of being repaired because of the extent of physical damage), or Missing on Induction (MOI), the contractor shall obtain written verification from DCMA and advice from the
Inventory Manager whether a SRA may be replaced by one or more of the following options: Ship in place from an existing spares or repair contract, if any, MILSTRIP the SRA(s), otherwise
be provided direction for obtaining the SRA(s) at no cost to the contractor.The detailed procedures are set forth in Section 6.0 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV)
STATEMENT OF WORK. 3.14.9 B.When not otherwise provided for (or precluded) by other terms of this contract, the contractor may seek written authorization to replace failed SRA(s) with
Ready For Issue SRA(s). When authorized, the procedures set forth in paragraph 3.0 of Section 6.2 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK shall be followed.
3.14.10 Over and Above Repair (OAR). An item sent to the contractor shall be considered to require over and above (OAR) repair effort if the repair required is not the type of repair that
would be anticipated as a result of normal Navy operation of the item and is not included in the contract pricing due to the nature or scope of the repair needed for that particular item.
Therefore, repair of OAR items may be subject to equitable adjustment. The Contractor shall obtain written concurrence from DCMA for all units determined by the contractor to require OAR
effort. All such OAR determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence, shall be provided by
the contractor to the PCO prior to undertaking repair of the item. After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or
contractual authority for repair of the item. Any ordered disposal shall be performed by the contractor in accordance with all applicable regulations and DCMA disposal procedures and
requirements. 3.15 4.0 PARTS AND MATERIALS 3.15.1 General. The contractor is responsible for supplying all parts and material necessary to perform the required repairs under this contract
unless parts or material are specifically identified as Government Furnished Material (GFM). All parts and material used in performance of this contract shall be in accordance with the
latest approved revision of applicable drawings and specifications and shall be new in accordance with FAR 52.211-5, Material Requirements, which is incorporated by reference herein.
Authorization to use other than new material as defined by FAR 52.211-5 requires written approval from the PCO. In addition, cannibalization must be approved by the PCO. Cannibalization
of units that have not been inducted is not typically authorized and requires specific approval by the PCO. 3.15.2 The contractor shall ensure it has access for the duration of this
contract to updated drawings and specifications for parts and material required for repairs performed under this contract. Any change to such parts/material drawings or specifications
requires Government approval in accordance with the Configuration Management provisions of this Statement of Work. Written approval from the PCO must be obtained prior to any change to
the manufacturing source or manufacturing facility for all parts which require source approval, unless the contractor is the Design Control Agent (DCA) (i.e. the entity responsible for
maintaining the latest configuration data) for the the contract item. If the contractor is the DCA, the contractor may approve approve changes to manufacturing source or manufacturing
facility for all parts, including those which require source approval. Any repairs performed using unapproved changes to such drawings, specifications or manufacturing source or facility
are done at the contractors own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved change. The
contractor is not entitled to any equitable adjustment to the contract price or terms based on the Governments disapproval of a requested change to the drawings, specifications or
manufacturing source or facility. 3.15.3 Purchased Material Control and Parts Control. The contractor shall establish and maintain a system of control over purchased parts and material.
Such controls shall, at a minimum, assure that the parts and and material purchased are in compliance with the requirements of this contract. 3.15.4 Receiving Inspection of Purchased
Parts and Material. (1)Purchased items shall be inspected upon receipt at the contractors facility to assure conformance with all requirements of the applicable drawings and
specifications or (2)the contractor shall provide prior to the contract award evidence for Government review and approval of a purchased parts and material system which provides for the
inspections to assure conformance with all requirements of the applicable drawings and specifications. Evidence of such inspections of such inspections shall be maintained by the
contractor or subcontractor for Government review.The inspection report shall, at a minimum, include a record of all dimensional data (coordinate/positional), material, finish, and
process with appropriate pass/fail criteria such as certifications and actual dimensonal readings. 3.15.5 ^^^NOTE^^^PART CANNIBALIZATION IS NOT AUTHORIZED UNLESS SPECIFICALLY APPROVED BY
NAVSUP WSS AND THE BDE. 3.15.6 3.16 SOURCE AND LOCATION OF REPAIR SOURCE: 3.16.1 The contractor shall specify the name of the Source/Division performing the work and the actual location
where work will be performed. RECEIVING SET,RADIO ;BLACK HAWK MANAGEMENT CORP.; Company Name , ;HOUSTON, TX.; Address , ;(0NLE0); Cage Code inspection will be accomplished on the
contractors equipment 3.17 5.0 CONTRACTOR QUALITY REQUIREMENTS: 3.17.1 Quality Program. The Contractor shall establish, implement, document and maintain a quality system that ensures
conformance to all applicable requirements of ISO 9001/ SAE AS9100. The Contractors quality management system/program shall be designed to promptly detect, correct and prevent conditions
that adversely affect quality. 3.17.2 Calibration System Requirements. Contractor shall maintain a calibration system that meets the requirements of ANSI/NCSL Z540.3, ISO-10012-1 or an
equivalent calibration program acceptable to the Government. 3.18 6.0 CONFIGURATION MANAGEMENT (CM): 3.18.1 The contractor shall maintain a configuration management plan in accordance
with the provisions of NAVSUP WSS configuration management clause NAVICPIA18. (Refer to contract). 3.19 7.0 MARKINGS. 3.19.1 Marking shall be as indicated in the contract when applicable.
3.20 8.0 STORAGE; 3.20.1 The contractor shall provide a proper enclosed warehouse environment for both material items awaiting repair and assets which have been repaired and are awaiting
shipment to ensure the items are not damaged while being stored. The contractor shall maintain a quality control system which meets the requirements of Mil-I-45208A, Mil-Q 9858,ISO-9000 /
9001 / 9002 or equivalent. RESPONSIBILITY FOR INSPECTION: Unless otherwise specified, the contractor is responsible for the performance of all inspection requirements as specified herein.
Except as otherwise specified, the contractor may use his own or any other facility suitable for the performance of the inspection requirements specified herein. PROCEDURES:The contractor
shall prepare and maintain Quality Control Documentation, test and repair procedures, and inspection procedures which shall be made available to the Government for review and approval.
The procedures shall include sequential diagrams of the test, repair, and inspection process, as well as the performance spcifications to perform the procedures. QUALITY ASSURANCE PROGRAM
PLAN: The contractor shall develop, implement and maintain a Repair Quality Plan in compliance with the requirements of Mil-I-45208A, Mil-Q-9858, ISO,9000 / 9001 / 9002, or equvalent.The
plan shall define the specific methods by which compliance with contractual requirements will be assured. All quality assurance data shall be provided to the Government for review and
approval upon request. PURCHASED MATERIAL CONTROL: The contractor shall establish and maintain a system of control over purchased material which shall assure that the necessary
requirements of this contract are included. in all sub contract agreements. A parts control system shall establish a record of performance for each purchased and internally manufactured
part and shall be used to evaluate continued use of the source. The contractors control system shall be in compliance wil either Mil-I 45208A/Mil-Q-9858 or equivalent Quality Quality
Assurance Standared.(ISO/AS:9000, 9001, 9002). RECEIVING INSPECTION OF PURCHASED MATERIAL: Purchased items shall be inspected upon receipt at the contractors facility to assure
conformance with all requirements of the Technical Data Package (TDP). Evidence of such inspections shall be maintained for Government review at least twelve (12) months following
acceptance of the end item. Inspection reports shall be maintained by the contractor. The inspection report shall, at a minimum, include a record of all dimensional data
(coordinate/positional), material, finish, and process with appropriate pass/fail criteria, such ascertifications, and actual dimensional readings. FAILURE ANALYSIS AND CORRECTIVE
ACTION:All failure analysis and corrective action reports/plans shall be submitted to the Government. NONCONFORMING MATERIAL:The contractor shall establish an effective system for
controlling nonconforming material including procedures for identification, segregation, and disposition. CONTRACTOR INTERNAL REVIEW BOARD (IRB):IRB authority is delegated to the
contractor for this contract only. The IRB may be used only for disposition of materials exhibiting minor non-conformances, scrap or rework to return a part to conformance with drawings
or specifications as authorized by the approved repair procedures.IRB shall not use "AS-IS" disposition. A complete file of IRB actions shall be maintained for review by the Government
for concurrance of classification. MATERIAL REVIEW BOARD (MRB):Formal MRB authority for disposition of "AS-IS"and for minor non-conformances is retained by the Government. The contractor
shall submit the appropriate request for Variance via the DCMC to the NAVSUP Contracting Officer. RESPONSIBILITY FOR COMPLIANCE: All items must meet all requirements of this Statement of
Work. The inspection requirements set forth in this SOW shall become part of the contractors overall inspection system or quality program. The absence of any inspection requirements in
the SOW shall not relieve the contractor of the responsibility of assuring that all Government equipment submitted for acceptance comply with all requirements. Sampling in quality
conformance does not authorize submission of known defective items, either indicated or actual, nor does it commit the procuring activity to acceptance of any defective items. REPAIR
ASSESSMENT TESTING: The Government may select samples of the Contract Line Items (CLINS) which have completed repair and have been accepted by the Government representative for the
purpose of conducting performance testing, environmental testing, and quality conformance examination in a repair assessment test program. A quantity of CLINs may be randomly selected
from each quaterly repair production completion for shipment to the CFA or other Government designated location to conduct this testing. RECORDS OF DATA COLLECTION: The contractor shall
maintain a historical record file to contain copies of applicable data and documents for individual CLINs and assemblies by CLIN serial number. The historical record file shall
include,but not be limited to the following types of historical records: Receipt inspection documentation. Repair shop travelers or repair cards. Parts replacement records. Parts
inspection data before and after repair as applicable. Acceptance test data. QA personnel shall maintain a complete receipt inspection,test, repair re-test, history card for each item
processed. This information shall be made available to the Government upon request. 3.21 1.0 GENERAL 3.21.1 This Statement of Work (SOW) establishes the criteria for repair and testing
/inspection of the subject item. It includes inspection, component repair and replacement,reassembly and testing procedures required to return units back into a servicable condition. 3.22
2.0 DEFINITIONS. 3.22.1 CONTRACTOR: Is defined as the successful offeror awarded a contract, orderor issued a project work order. The term "contract" encompasses a contract, an order, or
a project work order. 3.22.2 OVERHAUL: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which
have been found to exceed limits established by the repair/overhaul manual) reassembled and tested in accordance with the approved repair/overhaul manual listed in this SOW and returned
to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled). 3.22.3 REPAIR: A repaired part is one which has been restored to a Ready for Issue(RFI)
condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and tested in
accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired). 3.23 3.0 SCOPE 3.23.1 GENERAL. The items to be furnished
hereunder shall be overhauled, upgraded,repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided
Government Furnished Property, including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the
repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and shall be the responsibility of the contractor. The foregoing applies notwithstanding
any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items. 3.23.2 REPAIR UPGRADE REQUIREMENTS:The
contractor shall provide the necessary facility, labor, materials, parts, and test and tooling equipment required to to return the following items to a Ready For Issue (RFI) condition:
RECEIVING SET,RADIO ;RECEIVING SET, RADIO. WJ-8711A-4; P/N, ;7RH 5826-01-473-2022 EP.; NSN, ;AS REQUIRED; Tech Publications 3.23.3 RFI is defined as that condition allowing the items to
perform properly and reliably in an operational environment in a manner they were intended to operate.The contractor must perform all repairs/upgrades at the facility identified within
this SOW. Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s). 3.24 Changes to such manuals used for
repairs under this contract, or changes to drawings or specifications used in the manufacture of parts utilized in these repairs, require Procuring Contracting Officer (PCO) approval in
accordance with the Configuration Management provisions of this Statement of Work or contract. Under no circumstances should the repair, test, and inspection extend beyond the
requirements of this paragraph unless authorized by the Government QAR.In addition, requests for approval of changes to a repair source or repair facility shall be submitted in writing to
the PCO prior to making any such change. 3.24.1 Any repairs performed using unapproved changes to such manuals, drawings, specifications, or changes to repair source or facility are done
at the contractors own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved manuals,drawing,
specification, repair source or repair facility change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Governments disapproval of a
requested change to manuals, drawings, specifications, or to a repair source or facility. 3.24.2 References on Drawings and Specifications:For repair and overhaul purposes only. All
references to the "prime contractor" or the "actual manufacturer" appearing on the drawings and / or specifications or technical data furnished by the Government shall be read as the
"Government Designated Agency" 3.24.3 Process Control Documentation: The contractor shall prepare and maintain repair procedures, and test / inspection information / procedures which
shall be made available to the Government for review and approval. The procedures shall include sequential diagrams of processes, as well as the performance specifications to perform the
testing / inspection procedures. Those processes shall be frozen after approval of the inspection / Test. 3.24.4 Beyond Economical Repair (BER). An item is BER if the cost of the repair
exceeds 75% of the production quantity price to replace the item, current at time of award. This replacement price is for the purposes of BER determinations only, and may not be used or
relied on by the offeror in the pricing of the repairs required by this contract. Items determined BER are not included in the contract price. The contractor shall obtain written
concurrence from DCMA for all units determined by the contractor to be BER. All such determinations, including the basis for the determination, the repair required, the proposed price to
repair and the DCMA written concurrence shall be provided by the contractor to the PCO, with a copy to the inventory manager. After receipt of the required documentation, the PCO shall
provide the contractor disposition instructions or contractual authority for repair of the item. The contractor is not authorized to proceed with the repair until notification to proceed
is received from the PCO. Any disposal ordered shall be performed by the contractor in accordance with all applicable regulations and in accordance with all DCMA disposal procedures and
requirements. 3.24.5 Missing on Induction (MOI). A Weapons Repairable Assembly (WRA) is subject to this MOI provision if the item received by the contractor for repair is missing one or
more Shop Replaceable Assemblies (SRAs). Contractor replacement of MOI SRAs is not included in the contract price. The contractor shall immediately notify DCMA when an item is received
with MOI SRA(s) and shall obtain written verification from DCMA for all WRAs determined to have MOI SRA(s). The contractor shall provide all such determinations, including identification
of the missing SRA(s), and the DCMA written verification, to the Inventory Manager with a copy to the PCO and ACO prior to induction and/or repair of the WRA. The contractor shall not
induct and/or repair WRAs with MOI SRAs until instructions on how to proceed are provided to the contractor by the Inventory Manager (where no adjustment price to the contract is
required) or by the PCO. Items received by the contractor missing consumable parts are not MOI items. Rather, repair of such items and replacement of the missing consumable parts are
included in the contract price and the item shall be inducted and repaired by the contractor under this contract. 3.24.6 Replacing Failed or Missing Shop Replaceable Assembly (SRA) when
repairinga Weapons Replaceable Assembly (WRA). 3.24.7 A. When the contractor believes one or more SRA(s) within a WRA are either: 3.24.8 Beyond Economic Repair (BER) or Beyond Repair (BR)
i. e. the unit is not capable of being repaired because of the extent of physical damage), or Missing on Induction (MOI), the contractor shall obtain written verification from DCMA and
advice from the Inventory Manager whether a SRA may be replaced by one or more of the following options: Ship in place from an existing spares or repair contract, if any, MILSTRIP the
SRA(s), otherwise be provided direction for obtaining the SRA(s) at no cost to the contractor.The detailed procedures are set forth in Section 6.0 of the WEB-BASED COMMERCIAL ASSET
VISIBILITY (CAV) STATEMENT OF WORK. 3.24.9 B.When not otherwise provided for (or precluded) by other terms of this contract, the contractor may seek written authorization to replace
failed SRA(s) with Ready For Issue SRA(s). When authorized, the procedures set forth in paragraph 3.0 of Section 6.2 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK
shall be followed. 3.24.10 Over and Above Repair (OAR). An item sent to the contractor shall be considered to require over and above (OAR) repair effort if the repair required is not the
type of repair that would be anticipated as a result of normal Navy operation of the item and is not included in the contract pricing due to the nature or scope of the repair needed for
that particular item. Therefore, repair of OAR items may be subject to equitable adjustment. The Contractor shall obtain written concurrence from DCMA for all units determined by the
contractor to require OAR effort. All such OAR determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written
concurrence, shall be provided by the contractor to the PCO prior to undertaking repair of the item. After receipt of the required documentation, the PCO shall provide the contractor
disposition instructions or contractual authority for repair of the item. Any ordered disposal shall be performed by the contractor in accordance with all applicable regulations and DCMA
disposal procedures and requirements. 3.25 4.0 PARTS AND MATERIALS 3.25.1 General. The contractor is responsible for supplying all parts and material necessary to perform the required
repairs under this contract unless parts or material are specifically identified as Government Furnished Material (GFM). All parts and material used in performance of this contract shall
be in accordance with the latest approved revision of applicable drawings and specifications and shall be new in accordance with FAR 52.211-5, Material Requirements, which is incorporated
by reference herein. Authorization to use other than new material as defined by FAR 52.211-5 requires written approval from the PCO. In addition, cannibalization must be approved by the
PCO. Cannibalization of units that have not been inducted is not typically authorized and requires specific approval by the PCO. 3.25.2 The contractor shall ensure it has access for the
duration of this contract to updated drawings and specifications for parts and material required for repairs performed under this contract. Any change to such parts/material drawings or
specifications requires Government approval in accordance with the Configuration Management provisions of this Statement of Work. Written approval from the PCO must be obtained prior to
any change to the manufacturing source or manufacturing facility for all parts which require source approval, unless the contractor is the Design Control Agent (DCA) (i.e. the entity
responsible for maintaining the latest configuration data) for the the contract item. If the contractor is the DCA, the contractor may approve approve changes to manufacturing source or
manufacturing facility for all parts, including those which require source approval. Any repairs performed using unapproved changes to such drawings, specifications or manufacturing
source or facility are done at the contractors own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such
unapproved change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Governments disapproval of a requested change to the drawings,
specifications or manufacturing source or facility. 3.25.3 Purchased Material Control and Parts Control. The contractor shall establish and maintain a system of control over purchased
parts and material. Such controls shall, at a minimum, assure that the parts and and material purchased are in compliance with the requirements of this contract. 3.25.4 Receiving
Inspection of Purchased Parts and Material. (1)Purchased items shall be inspected upon receipt at the contractors facility to assure conformance with all requirements of the applicable
drawings and specifications or (2)the contractor shall provide prior to the contract award evidence for Government review and approval of a purchased parts and material system which
provides for the inspections to assure conformance with all requirements of the applicable drawings and specifications. Evidence of such inspections of such inspections shall be
maintained by the contractor or subcontractor for Government review.The inspection report shall, at a minimum, include a record of all dimensional data (coordinate/positional), material,
finish, and process with appropriate pass/fail criteria such as certifications and actual dimensonal readings. 3.25.5 ^^^NOTE^^^PART CANNIBALIZATION IS NOT AUTHORIZED UNLESS SPECIFICALLY
APPROVED BY NAVSUP WSS AND THE BDE. 3.25.6 3.26 SOURCE AND LOCATION OF REPAIR SOURCE: 3.26.1 The contractor shall specify the name of the Source/Division performing the work and the
actual location where work will be performed. RECEIVING SET,RADIO ;DRS ADVANCED ISR, LLC.; Company Name , ;FORT WALTON BEACH, FL.; Address , ;5AQM5; Cage Code inspection will be
accomplished on the contractors equipment 3.27 5.0 CONTRACTOR QUALITY REQUIREMENTS: 3.27.1 Quality Program. The Contractor shall establish, implement, document and maintain a quality
system that ensures conformance to all applicable requirements of ISO 9001/ SAE AS9100. The Contractors quality management system/program shall be designed to promptly detect, correct and
prevent conditions that adversely affect quality. 3.27.2 Calibration System Requirements. Contractor shall maintain a calibration system that meets the requirements of ANSI/NCSL Z540.3,
ISO-10012-1 or an equivalent calibration program acceptable to the Government. 3.28 6.0 CONFIGURATION MANAGEMENT (CM): 3.28.1 The contractor shall maintain a configuration management plan
in accordance with the provisions of NAVSUP WSS configuration management clause NAVICPIA18. (Refer to contract). 3.29 7.0 MARKINGS. 3.29.1 Marking shall be as indicated in the contract
when applicable. 3.30 8.0 STORAGE; 3.30.1 The contractor shall provide a proper enclosed warehouse environment for both material items awaiting repair and assets which have been repaired
and are awaiting shipment to ensure the items are not damaged while being stored. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND
ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE