Description
CONTACT INFORMATION|4|N7M2.7|EGP|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|X||X|||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|RECEIVING REPORT AND INVOICE
COMBO|N/A|TBD|TBD|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| CONTRACT DEFINITIZATION (DEC 2012)|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| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED
LINE ITEM (MAR 1989)|1|365 DAYS| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (DEVIATION 2023-O0002) (DEC
2022)|4||||| 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| THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY, REQUIRING THE
CONTRACTORS WRITTEN ACCEPTANCE PRIOR TO EXECUTION. NAVSUP-WSS IS SEEKING ELIGIBLE CONTRACTORS TO FURNISH EFFORT INCLUDING LABOR, MATERIAL, AND FACILITIES AS MAY BE REQUIRED TO EVALUATE,
REPAIR AND/OR MODIFY THE ITEMS AS SPECIFIED FOR STOCK. OFFERS SUBMITTED FOR REMANUFACTURED, SURPLUS OR NEW PROCUREMENT ACQUISITIONS WILL NOT BE CONSIDERED AND DETERMINED NON-RESPONSIVE.
PLEASE PROVIDE A NOT-TO-EXCEED OR FIRM FIXED PRICE OFFER FOR TEARDOWN, EVALUATION AND REPAIR VIA EMAIL TO ANDREW.STADER@NAVY.MIL. PLEASE INCLUDE AN APPROXIMATE PRICE OF A NEW ITEM ON
PROPOSAL AS WELL AS A BEYOND REPAIR PRICE AT TIME OF SUBMISSION. ASSETS WILL BE UPGRADED/ REPAIRED AND RETURNED TO "A" CONDITION. IF THE ORDER IS A NOT-TO-EXCEED PRICE, A FINAL REPAIR
PROPOSAL WILL BE SUBMITTED TO THE PCO FOR NEGOTIATION AND DEFINITIZATION AFTER TEARDOWN AND EVALUATION. AT THIS TIME, THE DELIVERY DATE WILL BE EXTENDED FOR THE AUTHORIZED REPAIRS. DO NOT
INCLUDE THE COST FOR SHIPPING MATERIAL AS THE GOVERNMENT IMPLEMENTED SHIPPING SYTEM OR ATAC WILL BE SHIPPING/DELIVERING MATERIAL. THE REPAIR PROPOSAL IS DUE 90 DAYS ARO. FINAL DELIVERY
DATE WILL BE NEGOTIATED AND ESTABLISHED AT TIME OF DEFINITIZATION. IF A UNIT IS DETERMINED BEYOND REPAIR (BR) OR BEYOND ECONOMICAL REPAIR (BER), THE DCMA QAR WILL CONCUR BEFORE SENDING
PCO THE PROPOSAL FOR DISPOSITION INSTRUCTIONS. NAVSUPWSSFA24 OR NAVSUPWSSFA25 WILL BE REQUIRED FOR CAV/ PROXY CAV REPORTING. DFARS 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION
(MAR 2016) IS REQUIRED. VENDOR WILL MAKE EVERY EFFORT TO DELIVER PRIOR TO THE ESTABLISHED DELIVERY DATE OF THE ORDER AT NO ADDITIONAL COST OR LIABILITY TO EITHER PARTY. PLEASE CONTACT
ANDREW STADER, ANDREW.STADER@NAVY.MIL, IF YOU HAVE ANY QUESTIONSREGARDING THIS REQUEST FOR QUOTE. THIS SOLICITATION CONTAINS A REQUEST FOR AN UP TO 100% OPTION WHICH MAY OR MAY NOT BE
EXECUTED DURING THE PERIOD OF PERFORMANCE OF THE CONTRACT. PLEASE PROVIDE A QUOTATION FOR THE OPTION QUANTITY WITH THE ORIGINAL QUOTATION. 1. SCOPE 1.1 This contract/purchase order
contains the requirements for repair and the contract quality requirements for the AMPLIFIER-POWER SUP . 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-POWER SUP 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. ;0WEC9 DMR-200W-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.