Description
CONTACT INFORMATION|4|N7M2.13|EF3|717-605-6289|wendy.l.adams25.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF
SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|TBD||||||||||||TBD|||||||||||||| WIDE AREA WORKFLOW
PAYMENT INSTRUCTIONS (JAN 2023)|16|Combo-Invoice & Receiving Report|NA|TBD|N00104|TBD|TBD|W25G1U|TBD|NA|NA|TBD|NA|NA|NA|NA|NA| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF
OFFEROR INFORMATION (3-18))|1|WSS| CONTRACT DEFINITIZATION (MAY 2023)|5|Firm Fixed Price|FFP|90 DARO|FFP|TBD| EQUAL OPPORTUNITY (SEP 2016)|2||| LIMITATION OF GOVERNMENT LIABILITY (APR
1984)|2|49% of the contract Total (TBD)|Contract Value (TBD)| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND
CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR
2023)|13|334290|800|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| 1. This solicitation is for the REPAIR of
(07) each NSN 7HH 5895 015924530 in accordance with reference number (02ZH8) MA-5000VZ Replacement or new procurement will not be considered. The Government does not own the drawings or
data rights to this NSN. 2. Government-Source Inspection and Acceptance (G-S I&A) is required. If the G-S I&A will occur at a different CAGE from the Admin Award CAGE, please
provide the repair facility CAGE and/or packaging CAGE with the quote. ---THE NAVY DOES NOT POSSESS THE TECHNICAL DATA NECESSARY TO REPAIR THIS ITEM. THE REPAIR OF THIS ITEM HAS BEEN
DETERMINED TO BE SOLE SOURCE. ONLY SOURCES THAT ARE APPROVED BY THE IN-SERVICE ENGINEERING ACTIVITY (ISEA) MAY BE CONSIDERED FOR THE REPAIR OF THIS ITEM. IF YOUR COMPANY IS INTERESTED IN
BECOMING AN APPROVED REPAIR SOURCE, YOUR COMPANY MUST BE CERTIFIED AS A DEPOT OVERHAUL POINT (DOP). IF YOU BELIEVE YOUR ORGANIZATION POSSESSES THE REQUISITE TECHNICAL DATA AND CAPABILITY
TO REPAIR THIS ITEM, PLEASE COMPLETE/RETURN A SOURCE APPROVAL REQUEST (SAR)-MARITIME (AVAILABLE FOR DOWNLOAD AT https://www.navsup.navy.mil/public/navsup/business_opps_vendor_form/ . ONCE
YOUR SAR REQUEST IS RECEIVED, A TECHNICAL REFERRAL WILL BE SUBMITTED TO THE NAVAL SEA SYSTEMS COMMAND (NAVSEA) ISEA FOR REVIEW AND ENGINEERING DETERMINATION OF YOUR REPAIR CAPABILITIES.
PLEASE BE AWARE THAT THE TECHNICAL REVIEW IS UNDER THE AUTHORITY OF NAVSEA AND THE PROCESS TO BECOME AN APPROVED SOURCE CAN BE LENGTHY. OFFERS SUBMITTED FOR REMANUFACTURED, SURPLUS OR NEW
PROCUREMENT ACQUISITIONS WILL NOT BE CONSIDERED AND DETERMINED NON-RESPONSIVE. --- 3. Please provide the following information in the repair quote: A. Your CAGE (used as the awardee
CAGE):___________________ B. the unit repair price: $____________________________________ and whether this price is firm-fixed price (FFP)_____; or not-to-exceed (NTE)______ C. Repair
turn-around me (number of days from receipt of asset(s) to shipment of repaired asset(s):_______DAYS D. Throughput Constraint: _____/month. Refers to the total assets to be repaired
monthly after initial delivery commences. A throughput of 0000/month reflects no throughput constraint. E. The new procurement cost of this NSN (if known): $________________________ F. Is
this item (NSN) OBSOLETE: YES____ or NO _____ G. The repair CAGE _____________ and packaging CAGE___________ (as described in #2). PLEASE NOTE THE FOLLOWING WHEN GENERATING YOUR QUOTE: We
are requesting that the quotes validity extend for 8 months from the submitted proposal date. Teardown and evaluation only quotes will NOT be accepted. Induction Expiration Date: 120 days
after the date of subsequent award. Any asset received after this date in days is not authorized to be repaired without bi-lateral agreement between the vendor and Contracting Officer. If
Firm-Fixed Repair Pricing is provided, Beyond Economical Repair (BER) does not exist. With DCMA concurrence, Beyond Repair (BR) is possible. If the unit is determined BR, the unit price
will negotiated downward from the awarded Firm-Fixed Repair price. 4. Since there is only one business concern capable of performing repairs on this NSN, the Small Business Set-Aside
requirement has been dissolved. 5. Please submit a repair quote to Wendy Adams via email: WENDY.L.ADAMS@NAVY.MIL This is the only submission method authorized. 6. Please direct questions
regarding this solicitation to the person listed above (#5). 7. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to
execution. 8. Price Reduction: Any assets for which the contractor does not meet the required RTAT will incur a price reduction of 1%per unit, per month. This adjustmentwill 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 theGovernment
for failure to meet required RTATs, including but not limited to theGovernments right to terminate for default. 9. This requirement has a 100% Options Requirement. Please provide pricing
for the options. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the AMPLIFIER-CONTROL G . 2. APPLICABLE DOCUMENTS
2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be
obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| 3. REQUIREMENTS 3.1
Cage Code/Reference Number Items - The AMPLIFIER-CONTROL G 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. ;02ZH8 MA-5000VZ; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Changes
in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made
until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is
made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation
of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for
Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with
one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturers Part Number indicated thereon has changed, but the parts are identical in all respects, supply the
item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use
assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned
- Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no
metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a
functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture.
The contractors request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury
escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the
vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury
compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited.
The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches,
mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination
by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been
effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury
vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in
any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be
referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold,
silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems.
Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave
consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection -
Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise
specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless
disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure
supplies and services conform to prescribed requirements. 4.2 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the
original manufacturers specifications and drawings. 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. 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. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in 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. They may 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 Contract Number, 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 NAVICP-MECH 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 from: Commanding Officer NAVICP-MECH 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: Naval Inventory
Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form
1425 to NAVICP-MECH.