Description
CONTACT INFORMATION|4|N7M3.11|ANC|7176055415|nicole.diehl@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG
1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Combo|N/A|TBD|N00104|TBD|TBD|See
Schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|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|334290|800|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The purpose of this
amendment is to reopen the solicitation window due to an increase in requirement QTY from 6 to 10. No other changes are made at this time. This solicitation is issued pursuant to
Emergency Acquisition Authority (EAA). CASREP ACCELERATED DELIVERY IS ENCOURAGED AND ACCEPTED AT NO ADDITIONAL COST TO GOVERNMENT. All freight is FOB Origin. This RFQ is for repair. The
resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution.. Verify nomenclature, part number, and NSN prior to
responding. The Government is seeking a Repair Turnaround Time (RTAT) of: ________ Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the
Commercial Asset Visibility (CAV) Statement of Work. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price:__________ Total Price:__________ Repair
Turnaround Time (RTAT): 76 days If your company is not quoting the Governments Required Repair Turnaround Time (RTAT) or earlier, provide your companys capacity constraints?
_________________________________________________________________ _________________________________________________________________
_________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date
of 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 AAction 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 established in this contract. Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): ___
Return Material Authorization # (RMA), if applicable:__________ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________
TESTING AND EVALUATION IF BEYOND REPAIR 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. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE
LOCATION Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as "awardee CAGE": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same
as "awardee CAGE":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ 1. SCOPE 1.1 This contract/purchase order
contains the requirements for repair and the contract quality requirements for the MODULE,MATRIX,SWITC . 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 MODULE,MATRIX,SWITC 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. ;03538 77A126678P10; 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 ;000-711866-02 IS OEM INTERNAL PN
ID TO BE USED FOR REFERENCE ONLY. DESIGN SPECIFICATIONS FOR THE CONFIGURATION MUST ADHERE TO REFERENCE 77A126678P10.; 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.