20--HUB,PROPELLER,SHIP, IN REPAIR/MODIFICATION OF
CONTACT INFORMATION|4|N774.3|WKL|717-605-3020|FRANCINE.POMMELLS1@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||... CONTACT INFORMATION|4|N774.3|WKL|717-605-3020|FRANCINE.POMMELLS1@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|COMBO|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE PAGES|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| CONTRACT DEFINITIZATION (DEC 2012)|5|FIRM FIXED PRICE|FIRM FIXED PRICE|TBD|FIRM FIXED PRICE|TBD| LIMITATION OF GOVERNMENT LIABILITY (APR 1984)|2|TBD|TBD| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|TBD| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|336612|TBD|||||||||||| 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||| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| Naval Supply Systems Command Weapons Systems Support (NAVSUP-WSS) Mechanicsburg, PA is seeking eligible contractors to Evaluate and Repair item identified herein. ONLY a Firm-Fixed Price (FFP), Not-To-Exceed (NTE), or Estimated (EST) price for the REPAIR of the subject item(s) will be accepted. IMPORTANT NOTE: Quotes LIMITED to test and evaluation (T&E) will NOT be accepted. The quoted price must be for the repair of the item(s). Packaging as detailed in MIL-STD-2073. All transportation to/from repair site will be paid for by US Navy. Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged,handling damage, missing parts and wear damage. As you prepare your quote please provide with your response: 1. Repair Unit Price will be Firm-Fixed, Not-to-Exceed, or Estimated. 2. Price of a new unit. 3. Repair turn-around time (RTAT). 4. Please provide both a RTAT and throughput constraint (QTY per month). 5. Inspection and Packaging site if cage code is at a different location. 6. If option is included, will you accept terms and conditions for option. 7. Cost summary clarifying elements used to determine repair price. 8. Agree with NAVSUPWSSFA24 - Commercial Asset Visibility (CAV) reporting. 9. IMPORTANT NOTE: Quotes LIMITED to test and evaluation (T&E) will NOT be accepted. The quoted price must be for the repair of the item(s). The Contracting Officer reserves the right to Exercise the OPTION quantity under the OPTION SUBCLIN to order an additional quantities up to 100% of this order for a period TBD ARO at the same price. The government may choose to exercise this option or not. The Contractor will provide the same delivery time and price in your response to this Solicitation on the schedule pages of the order when awarded. If the OPTION SUBCLIN is exercised, a modification will be completed by the Contracting Officer with the agreed to Terms and Conditions of the order when awarded. 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 Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. Since the Government intends to award without discussion, any exceptions to the requirements of this solicitation should be raised prior to submission of an offer. 20-29 Class Deviation 2020-O0007.pdf https://my.navsup.navy.mil/apps/ops$mynavsup.download_file?p_id=9781 \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the HUB,PROPELLER,SHIP . 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. DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The HUB,PROPELLER,SHIP 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. ;07309 115752001 L.H; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 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 Manufacturer's 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 The HUB,PROPELLER,SHIP furnished under this contract/purchase order shall be certified by the American Bureau of Shipping (ABS). Each item offered for delivery shal have an original ABS certificate, signed by the ABS inspector, packaged with the item. Copies of the ABS certificate(s) shall be delivered to the government in accordance with the Contract Data Requirements List, DD Form 1423. // 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 Contractor's 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 Nondestructive Test/Inspection Report - The Contractor shall prepare and submit ;ABS/USCG CERTIFICATION; test/inspection report(s) in accordance with the Contract Data Requirements List (DD Form 1423). 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 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. 6.2 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. 6.2.1 If you have a problem connecting to the DODSSP Website, please contact either the Subscription Service Desk (215)697-2569, or the Special Assistance Desk (215)697-2667. The DODSSP Customer Service Staff is available every business day between the hours of 7:30 AM and 4:00 PM Eastern Time to answer your questions or assist in solving any problems you might encounter when ordering from the DODSSP collection of Defense specifications and standards, Federal specifications and standards used by DOD, and other DOD standardization documents. Mail requests should be submitted to: Navy Publishing and Printing Service (Subscriptions) Building 4D 700 Robbins Ave. Philadelphia, Pa. 19111 Attn: DODSSP Requests can be transmitted to DODSSP via FAX number (215)697-1462. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in 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. They may 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. Ordnance Documents (OD) - Ordnance Documents may be obtained by submitting a request to: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5A00 Port Hueneme, California 93043 E. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, 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. F. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS-MECH Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from: Commanding Officer NAVSUP-WSS-MECH Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 H. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: NAVSUP WEAPON SYSTEMS SUPPORT Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 I. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS-MECH. RTAT=000 Throughput Constraint=000/month Induction Expiration Date=000 (NTE 365 days) \ DATE OF FIRST SUBMISSION=ASREQ Contractor shall furnish copies of the actual certification document within seven calendar days after ABS Inspectors acceptance and signature. Reports shall be submitted electronically in Portable Document Format (PDF). Reports shall be accepted by the MSC, 1959 Morris St, Norfolk, VA.
Data sourced from SAM.gov.
View Official Posting »
20--HUB,PROPELLER,SHIP, IN REPAIR/MODIFICATION OF
NSN 7H-2010-012480378-M2, TDP VER 014, REF NR 115752001 L.H., QTY 4 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the qual... NSN 7H-2010-012480378-M2, TDP VER 014, REF NR 115752001 L.H., QTY 4 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights, manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-6396 (DSN: 442-6396), or mail their request to DLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
Data sourced from SAM.gov.
View Official Posting »