Description
CONTACT INFORMATION|4|N742.3|WR1BB|(717) 605-3261|amber.l.miller.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|X||X|||||| TIME OF DELIVERY (JUNE 1997)|20|CLIN 0001|Three (3)|365|||||||||||||||||| STOP-WORK ORDER (AUG
1989)|1|| REPAIR DELIVERY (FIRM FIXED PRICE)|1|365| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Certifications - Stand-Alone Receiving Report; Material - Receiving Report &
Invoice (COMBO)|Material - Inspect & Accept at Source|TBD|N00104|TBD|TBD|SW3215|TBD|N/A|N/A|N/A|N/A|N/A|N/A|See Form DD1423|1-866-618 -5988 ? WAWF Helpdesk| NOTE FOR
CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER|3|||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| FIRM FIXED PRICE REPAIR PURCHASE
ORDERS|1|TBD| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF
SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4||||| EQUAL OPPORTUNITY
FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC
(FEB2024))|11|||||||||||| 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|333914|750|||||||||||| 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|| 1. This is an Advanced Equipment Repair Program (AERP) requirement. 2. Please provide a Firm-Fixed Price (FFP) proposal for the full repair effort of the requirement. When
submitting the proposal, please include the cost of a new unit or estimated cost of a new unit for evaluation purposes. 3. When submitting a proposal, specify any exceptions (i.e. MIL-STD
Packaging, MIL-STD Labeling, Inspection and Acception locations, Packaging House, surplus material, etc.). If no exceptions are indicated or received, award shall be based upon
solicitation requirements. Changes or reqests for changes after award shall be subject to consideration costs deducted from the unit price. 4. In repair price, include all costs
associated with receipt and complete repair of the material that may come in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV Reporting.
Also provide the following information: 4.1. Teardown & Evaluation Rate: 4.2. Repair Turn-Around Time: 4.3. Throughput Constraint: 4.4. Induction Expiration Date: 5. Repair Turn
Around Time (RTAT) - the resultant constractual delivery requirement is measured from the asset return to the 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 (SOW), 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 RTAT established in the contract. 5.1. Requested RTAT: 365 Days 5.2. Proposals shall reference the proposed RTAT and any capacity constraints. 6. Price reductions - Any asset for
which the contractor does not meet the required RTAT will incur a price reduction of (TBD Price) per unit. This adjustment will be implemented via a Reduction 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. 7. If requirement will be packaged at a location different from the Offerors address, the Offeror shall provide the Company
Name, Street Address and CAGE of the Packaging Facility. 8. If the Offeror is not the Original End Manufacturer (OEM) of the material called out in the requirement, the OEM must be stated
(Company Name and CAGE) and the Offeror must be able to provide traceability documentation if requested. Examples of documentation may include but are not limited to: 8.1. Purchase
order/invoice between the Offeror and the OEM identifying the part number, revision level and quantities. 8.2. OEM packing slip or certification identifying the part number, revision
level and quantities. 9. All contractual documents (i.e. contracts, purcahse 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 method such as email. The Governments acceptance
of the contractors proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 10. The contractor must obtain final acceptance by the Government for all
assets within the RTAT established in the resulting contract. 11. Any contract awarded as a result of this solicitation will be DX certified for national defense under the Defense
Priorities and Allocations System (DPAS), Provision 52.211-14, Notice of Priority Rating for National Defense, EMergency Preparedness, and Energy Program Use, shall be inserted in
solicitations when the contract to be awarded will be a rated order. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture or refurbishment and the contract
quality requirements for the PUMP,RECIPROCATING . 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the
references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws
and regulations unless a specific exemption has been obtained. 3. REQUIREMENTS 3.1 Refurbished Material - This item must be inspected and where necessary, refurbished to be in accordance
with CAGE ;78062; , drawing ;30900-001; ,and the applicable SUBMEPP Repair Instruction ;5560-012-0699 REV E CHG 1 (CSD509); , except as amplified or modified herein. 3.1.1 Parts that are
replaced during refurbishment must be in accordance with this TDP (Technical Data Package) and the SUBMEPP Repair Instruction. 3.2 Contract Support Library - Additional requirements for
this item are identified as Contract Support Library Reference Number ;CSD509 AND CSD510; in ECDS at https://register.nslc.navy.mil/ 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5.
PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified
below. 5.1.1 Additional Preservation, Packaging, Packing and Marking requirements are included in the referenced Refurbishment Instruction or Procurement Specification from SUBMEPP.
MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE P/N: 30900-001 DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD
(contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/.
Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible.