Description
CONTACT INFORMATION|4|N711.16|CJ8|717-605-2541|AMBER.WALE@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG
1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|QTY 6|601 |||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA
WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO RECEIVING REPORT AND INVOICE|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING
OFFICER|3|||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2|||
INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH
DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING
DATA-MODIFICATIONS (NOV 2021))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| LIST OF SOLICITATION ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV
2023)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|334290|800|||||||||||| COST
ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE,
EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (FEB 2024))|1||
THIS SOLICITATION IS ISSUED IN ACCORDANCE WITH FAR PART 15; CONTRACTING BY NEGOTIATIONS. PLEASE PROVIDE A NOT-TO-EXCEED OR FIRM FIXED PRICE OFFER FOR THE TEARDOWN, EVALUATION AND REPAIR
VIA EMAIL TO AMBER.WALE@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 AN ESTIMATED PRICE, THE ORDER WILL HAVE A MONETARYLIMITATION AND A FINAL REPAIR PROPOSAL WILL BE SUBMITTED TO THE PCO FOR NEGOTIATION AND
DEFINITIZATION AFTER TEARDOWN AND EVALUATION IS COMPLETE. AT THAT TIME, THE DELIVERY DATE WILL BE EXTENDED FOR THE AUTHORIZED REPAIRS. REPAIR TURNAROUND TIME (RTAT): THE RESULTANT
CONTRACTUAL DELIVERY REQUIREMENT IS MEASURED FROM ASSET RETURN TO THE DATE 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 IN THE 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
REFLECT THE ACTUAL DATE OF PHYSICAL RECEIPT. THE CONTRACTOR MUST OBTAIN FINAL INSPECTION AND ACCEPTANCE BY THE GOVERNMENT FOR ALL ASSETS WITHIN THE RTATS E ESTABLISHED IN THIS CONTRACT.
REQUESTED RTAT: 541 DAYS PLEASE SUBMIT A SMALL BUSINESS SUBCONTRACTING PLAN IAW FAR 52.219-9 ALONG WITH YOUR PROPOSAL. ON THE PROPOSAL, PLEASE STATE IF YOU REQUIRE THE USE OF A SEPARATE
REPAIR FACILITY CAGE CODE OR PACKAGING HOUSE CAGE CODE. THIS INFORMATION IS FOR INSPECTION AND ACCEPTANCE UNDER WSSTERMEZ05LY. THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED
BILATERALLY, REQUIRINGTHE CONTRACTORS WRITTEN ACCEPTANCE PRIOR TO EXECUTION. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS, DELIVERY ORDERS AND MODIFICATIONS)
RELATED TO THE INSTANT PROCUREMENT ARE 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. PLEASE CONTACT
AMBER WALE, (717) 605-2541 OR AMBER.WALE@NAVY.MIL, IF YOU HAVE ANY QUESTIONS REGARDING THIS REQUEST FOR QUOTE. RTAT, Throughput Constraint, and Induction Expiration Date included in CLIN
remarks below are defined as follows: Repair Turnaround Time (RTAT): the contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of
the contract (days). For purposes of this section, Return is defined as physical receipt of the F-condition asset at thecontractors facility as reflected in the 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 ofthe fifth regular
business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. Throughput Constraint: Total assets to be repaired monthly
after initial delivery commences. A throughput of 0000/month reflects no throughput constraint. Induction Expiration Date: Any asset received after this date in days is not authorized to
be repaired without bi-lateral agreement between the Vendor andContracting Officer. The Contractor must obtain final inspection and acceptance by the Government for all assets within the
RTATs established in this contract. Any units that meet the RTAT requirement within the SubCLIN remarks shall be priced at the unit price established in this contract. Price Reductions:
Any assets for which the contractor does not meet the required RTAT will incur a price reduction of 1% per asset per month extension requested. This adj ustment 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. 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. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the TOWED BODY,SONAR . 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 TOWED BODY,SONAR
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.
;3B3G2 K93904000-1; 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.