Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Соединенных Штатов Америки


59--ELECTRONICMODULE, IN REPAIR/MODIFICATION OF (Соединенные Штаты Америки - Тендер #52653639)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки)
Номер конкурса: 52653639
Дата публикации: 01-04-2024
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

59--ELECTRONICMODULE, IN REPAIR/MODIFICATION OF

Active
Contract Opportunity
Notice ID
N0010424QDC07
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP WEAPON SYSTEMS SUPPORT
Sub Command 2
NAVSUP WSS MECHANICSBURG
Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 01, 2024 04:00 am EDT
  • Original Published Date: Mar 27, 2024 03:59 am EDT
  • Updated Date Offers Due: Apr 01, 2024 04:30 pm EDT
  • Original Date Offers Due: Apr 26, 2024 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 16, 2024
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5999 - MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS
  • NAICS Code:
    • 334417 - Electronic Connector Manufacturing
  • Place of Performance:

Description

CONTACT INFORMATION|4|N712.24|AES|717-605-5805|julie.smith2@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoicing and receiving report (COMBO)||To Be Determined (TBD)|N00104|TBD|TBD|See schedule|See schedule|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (FEB2024))|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 days after award| 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|334417|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| This solicitattion is amended to change the offer due date to 01 APR 2024. All other terms and conditions remain the same. POC: Julie Smith POC Email: julie.smith2@navy.mil The First Article Test is hereby removed on this solicitattion. All other terms and conditions remain the same. POC: Julie Smith POC Email: julie.smith2@navy.mil Required RTAT Days = 78 after receipt of assets Required First Article Test Please quote a firm fixed price for the full repair of the item. If a firm fixed price cannot be provided, please quote a not to exceed price. This includesthe teardown, evaluation, inspection and full repair of the item to "like new" or "A" condition. A beyond repair (BR)/ beyond economic repair (BER) price shall also be providedin addition to the repair price at time submission of quote. Do NOT include the cost for shipping material as the government implemented shipping system or ATAC will be shipping/delivering material. The vendor is required to comply with the Commercial Asset Visibility (CAV) of the asset(s) in this purchase order in accordance with NAVSUPWSSFA24 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 asemail. The Governments acceptance of the contractors proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution. Please note that all REPAIR AWARDS will be pre-populated with the following Award Remarks: RTAT, Throughput Constraint, and Induction Expiration Date included in SUBCLIN remarks above are defined as follows: RTAT: Repair turn-around time defined as Induction start date to end date (days). 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 and Contracting Officer. SUBCLIN Remarks (pre-populated for each SUBCLIN) RTAT=0000 Throughput Constraint=0000/month Induction Expiration Date=000 (NTE 365 days) Please provide all of the above information with contractors quote. Any questions should bedirected to the POC for this solicitation. THE CONTRACTING OFFICER RESERVES THE RIGHT TO EXERCISE THE OPTION QUANTITY UNDER THE OPTION SUBCLIN WITHIN 365-DAYS OF THE EFFECTIVE DATE OF THIS REPAIR OF CONTRACT AWARD. THE CONTRACTOR WILL PROVIDE THE SAME DELIVERY TIME AND PRICE LISTED IN THE SCHEDULE. 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. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the ELECTRONICMODULE . 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. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=IPC J-STD-001C | | | |000301|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The ELECTRONICMODULE 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. ;02769 20525975-4/ 4JN18 32R0835; 3.1.1 ;As of Revision T, authorized item of supply is IBM (CAGE 1LY11) part number 32R0835.; 3.2 Marking - This assembly and its piece parts shall be physically identified in accordance with MIL-STD-130. 3.3 Soldering - The requirements for soldered electrical and electronic assemblies shall conform to IPC J-STD-001, Class ;3; . 3.4 Electrostatic Discharge Control - The Contractor shall comply with the electrostatic discharge control requirements established in MIL-STD-1686. 3.5 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 4. QUALITY ASSURANCE 4.1 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. 4.2 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. 4.3 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturers specifications and drawings. 4.4 First Article Test/Inspection (Government) - The Contractor shall deliver ;2; unit(s) to ;NSWC PHD; for First Article Tests in accordance with the ;government drawings, OEM specifications, and NAVSEA depot certification requirements; . 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 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. 6.3 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. 6.4 ;In addition to normal counterfeit-material-avoidance measures, this item needs to be verified as CFIUS compliant. Refurbished material is acceptable only from the pre-approved source(s) and new material must be manufactured prior to October 2014; traceability information and proof of manufacture date must be available for Government approval.; Sources interested in being qualified as a repair depot for this item should submit their interest in writing to the contract officer along with a summary of qualifications. A full Source Approval Request (SAR) package will generally be required. If a SAR package is accepted by NSWC Pt Hueneme Division, contracts may be awarded contingent on first article approval and formal depot certification. DATE OF FIRST SUBMISSION=ASREQ First Article Test requirement may be waived for OEM and for sources with an approved first article that have recent successful Government contract history for this item.

Attachments/Links

Contact Information

Contracting Office Address

  • P O BOX 2020 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17050-0788
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Apr 01, 2024 04:00 am EDTSolicitation (Updated)
  • Mar 28, 2024 04:07 am EDT
  • Mar 27, 2024 03:59 am EDT

Источник закупки

Перейти

Импорт - Экспорт по стране Соединенные Штаты Америки

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт

Еще тендеры и закупки за эти даты

01-04-2024 48--CONTROL UNIT,REMOTE, IN REPAIR/MODIFICATION OF.

01-04-2024 61--POWER SUPPLY,SWITCH, IN REPAIR/MODIFICATION OF.

01-04-2024 ADAPTER,QUICK CONNE.

01-04-2024 FUSE BLK/EMI A11.

01-04-2024 TN510 TUNER CCA.

01-04-2024 COMPRESSOR,REFRIGER.





Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru