Description
CONTACT INFORMATION|4|N713.30|GA0|717-605-1308|JOSHUA.J.ESHLEMAN.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY
REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|1|290|||||||||||||||||| REPAIR
DELIVERY (FIRM FIXED PRICE)|1|290| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO - INVOICE AND RECEIVING REPORT|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|TBD||TBD||||||
MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|TBD| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| FIRM FIXED PRICE REPAIR PURCHASE ORDERS|1|TBD|
EQUAL OPPORTUNITY (SEP 2016)|2||| LIMITATION OF GOVERNMENT LIABILITY (APR 1984)|2|TBD|TBD| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC
(FEB2024))|11|||||||||||| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|180 DAYS| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV
2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB
2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|332912|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE
(APRIL 2008))|2||X| Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ IMPORTANT NOTE: Any assets for which the contractor does not
meet the required RTAT will incur a price reduction of $_______ per unit per month. This adjustment will be implemented via a Reconciliation Modification at the end of contract
performance. P rice 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. Reconciliation A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under this
contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such prices are based on the Contractor meeting the RTAT requirements
described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, the price adjustment as stated shall be applicable. The following applies to this
purchase order: If you do not receive the material within 30 days of the contract date, Contractor shall contact the cognizant Contract Specialist by email at
joshua.j.eshleman.civ@us.navy.mil or phone at (717) 605-1308. CAV reporting is required under this contract. Contractor will perform Commercial Asset Visibility (CAV) using the CAV
process as defined by the CAV Statement of Work. Upon receipt of correct "F" condition and asset induction into CAV, please begin to immediately evaluate. 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. If an asset under repair is determined to
be beyond repair, written notification from DCMA Quality Assurance must accompany the definitive price quote. Disposition instructions for the disposition of the beyond repair asset will
be provided to the Contractor by the PCO via a contract modification. All disposition shall be in accordance with DFARS 252.245-7004. Authorization to definitize the estimated unit price
is delegated to the PCO and will be executed via modification. DCMA as the administrative office may issue modifications against this contract only as delegated by the PCO. DCMA should
provide the contractor and the PCO with a copy of any modifications to the contract. DCMA must provide inspection and acceptance of all unit(s) under this contract prior to shipment.
Failure to ensure DCMA inspection and acceptance occurs prior to shipment will prevent or delay payment. ALL TRANSPORTATION FOR THIS ORDER IS HANDLED BY THE US NAVY. Contractor shall
contact the Advanced Traceability and Control program referred to as ATAC. To arrange pick-up services, call ATAC Customer Service at Phone (877) 846-8728 or Dispatch at (866) 215-3084.
EMAIL questions to: ATACCustomerService@navy.mil. OPTION The Contract Officer would like to exercise a 100% option quantity within 180-days of the effective date of contract award. The
contractor will provide the same delivery turnaround as the base line items. A modification will be completed at the time the option is exercised and all current contract terms and
conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% option quantity for this contract. Yes __ or No __ Please indicate the
pricing for the option quantity. Price Each: $___________ NAVSUPWSS POC: JOSHUA.J.ESHLEMAN.CIV@US.NAVY.MIL 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair
and the contract quality requirements for the VALVE,CHECK . 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 VALVE,CHECK 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. ;54497 1213C2817; 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.