Description
CONTACT INFORMATION|4|N774.12|ARP|717-605-2464|CHARLES.T.MILLER7.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)|N/A|TBD|N00104|TBD|TBD|TBD|TBD|||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|||| 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 CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR
2023)|13|334511|1350|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This is a REPAIR requirement for the
items listed in this solicitation. IMPORTANT NOTE: Any asset for which the contractor does not meet the requiredRTAT will incur a price reduction per unit / per month the contractor is
latein a price reduction. If a price reduction is required 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 limitother 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 if the contractor does not meet the RTAT: $__________ per unit / per month. Any price reduction shall be capped at a total amount of: $_________. (Vendor chooses
amount). Repair Turnaround Time (RTAT) definition: The 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 inthe 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 reflectthe 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. Required RTAT: ## ______________________ days after receipt of asset. Throughput Constraint: Contractor must provide a throughput
Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in #). A throughput of ##________________ 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. Reconciliation: Any assets for which the contractor does not meet the required RTAT will incur a price reduction of
$_________________ per unit. 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. A. Since the
Government intends to award without discussion, any exceptions to the requirements of this solicitation should be raised prior to submission of an offer. B. Faxed offers will NOT be
accepted. C. Requirements: MIL-STD Packaging, Source Inspection, FOB Source, CAV Reporting, IUID, Cyber provision & clause (DFARS 252.204-7008 & 252.204-7012). Notice of NIST SP
800-171 DoD Assessment Requirements provision & clause (DFARS 252.204-7019 & 252.204-7020) - does not apply to quote less than or equal to (=/;) $10K, Representation Regarding
Certain Telecommunications and Video Surveillance Services or Equipment provision & clause (FAR 52.204-24 & 52.204-25). D. Electronic submission of an offer shall be accomplished
by attaching your offer to an email directed to CHARLES.T.MILLER7.CIV@US.NAVY.MIL E. 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). F. Must adhere to IUID requirements
of DFARS 252.211-7003 G. 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. H. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution.
I. DFARS 252.225-7020 and DFARS 252.225-7021 apply to this acquisition. If DFARS 252.225-7020 has not been completed in SAM.gov, then certification under DFARS 252.225-7020 must be
provided with the quote. In addition, in line with the prohibition related to procurement of covered telecommunications equipment or services, the offeror must complete and return their
representations at FAR 52.204-24(d)(1) and (d)(2) along with the quote. J. Quotes, representations, and any necessary certification under DFARS 252.225-7020 shall be emailed to
CHARLES.T.MILLER7.CIV@US.NAVY.MIL K. Your quote should include the following information: - repair price and turnaround time. - Inspection & Acceptance CAGE, if not at source. -
Facility/Subcontractor or Packaging Facility CAGE (Where the asset will be shipped from), if not at source. - Basis of quote pricing: ; Historical repair price POC EMAIL:
CHARLES.T.MILLER7.CIV@US.NAVY.MIL 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the EXCITER,RADIO FREQU . 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 EXCITER,RADIO FREQU 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. ;8W891 54.2325.080.00; 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. 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.