Description
CONTACT INFORMATION|4|N7M2.7|BWK|7176052048|andrew.stader@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG
1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN
2023)|16|COMBO|N/A|TBD|TBD|TBD|TBD|TBD|TBD|TBD||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| CONTRACT DEFINITIZATION (MAY 2023)|5|FIRM
FIXED PRICE|FIXED PRICE|TBD|FIRM FIXED PRICE|TBD| EQUAL OPPORTUNITY (SEP 2016)|2||| LIMITATION OF GOVERNMENT LIABILITY (APR 1984)|2|TBD|TBD| CRITICAL SAFETY ITEM (AUG 2011)|4|ALL ITEMS IN
THE SCHEDULE|||| LIST OF SOLICITATION ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (SEP
2023)|4||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|334515|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE
(APRIL 2008))|2||X| 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: 180 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 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 AAction 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:__________ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the WAVE FORM SYNTHESIZ . 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 WAVE FORM SYNTHESIZ 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. ;49956 G710386-2; 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 Soldering - The requirements for soldered electrical and electronic assemblies shall conform to IPC J-STD-001, Class ;3; . 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.