Description
CONTACT INFORMATION|4|N7M2.11|717-605-3528|BSH|HEATHER.VANHOY@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG
1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|COMBO|TO BE DETERMINED (TBD) |TBD|N00104|TBD|TBD|SEE
SCHEDULE |TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| LIMITATION OF GOVERNMENT LIABILITY (APR
1984)|2|TBD|DO NOT EXCEED THE OBLIGATED AMOUNT | BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3|||| NOTICE OF TOTAL SMALL
BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF
PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS
(JAN 2022)|13|335999|500|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This Solicitation was re opened. The
close date is 10/30/23. The qty increased to 38. This Amendment is updating the close date to June 26,2023. 1. This solicitation is for the REPAIR of 33 each 7HH 5996 015246646 in
accordance with reference number -7485723. 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 PREQUISITE TECHNICAL DATA AND CAPABILITY TO REPAIR THIS ITEM, PLEASE COMPLETE/RETURN A
SOURCE APPROVAL REQUEST (SAR)-MARITIME (AVAILABLE FOR 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: C. Throughput Constraint: _____/month. Refers to the total assets to be repaired monthly after initial delivery commences. A throughput of 0000/month reflects no throughput
and whether this price is firm-fixed price (FFP)_____; or not-to-exceed (NTE)______ D. Repair turn-around me (number of days from receipt of asset(s) to shipment of repaired PLEASE NOTE
THE FOLLOWING WHEN GENERATING YOUR QUOTE: 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). We are requesting that the quotes validity extend for 8 months from the submitted proposal Teardown and evaluation
only quotes will NOT be 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.(i.e. contracts, purchase orders, task orders, delivery orders and modifications)related
to the instant procurement are All contractual documents 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. 6. Please submit a repair quote to HEATHER VANHOY via email: HEATHER.VANHOY@NAVY.MIL This is the only submission method authorized. 7. Please direct questions regarding this
solicitation to the person listed above 8. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution. 1. SCOPE
1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the AMPLIFIER,ELECTRONI . 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 AMPLIFIER,ELECTRONI 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. ;53711 7485723
; 3.2 ;Items of supply known to meet the criteria identified in the drawing are CAGE 14545 P/N 916-208.; 3.3 Marking - This item shall be physically identified in accordance with
;MIL-STD-130, REV N, 16 NOV 2012; . 3.4 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.