58--MODEM ASSEMBLY, IN REPAIR/MODIFICATION OF

expired opportunity(Expired)
From: Federal Government(Federal)
N0010424QUD70

Basic Details

started - 22 Mar, 2024 (1 month ago)

Start Date

22 Mar, 2024 (1 month ago)
due - 18 Apr, 2024 (9 days ago)

Due Date

18 Apr, 2024 (9 days ago)
Bid Notification

Type

Bid Notification
N0010424QUD70

Identifier

N0010424QUD70
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE NAVY (156966)NAVSUP (79146)NAVSUP WEAPON SYSTEMS SUPPORT (58863)NAVSUP WSS MECHANICSBURG (32066)NAVSUP WEAPON SYSTEMS SUPPORT MECH (32062)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CONTACT INFORMATION|4|N711.12|AFD|717-605-2706|AARON.D.MCFEE.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO-INVOICE & RECEIVING REPORT||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|SEE SCHEDULE|NA|NA|NA|NA|NA|NA|| 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|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|150 days| 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 ADD 100% OPTIONS TO THIS SOLICITATION. THE OPTION PROVISION IS INCLUDED IN THE EVENT THE GOVERNMENT HAS AN ADDITIONALREQUIREMENT 150 DAYS AFTER ISSUANCE OF THE AWARD. THIS WILL AUTHORIZE THEGOVERNMENT TO ADD THE ADDITIONAL QUANTITY, UP TO THE PERCENTAGE CITED, TO THEORDER, VIA MODIFICATION WITHOUT HAVING TO RE-SOLICIT. IT IS REQUESTED THAT PRICING BE SUBMITTED ON THE OPTION PROVISION. EVALUATION FOR THE AWARD OF THE PROPOSED REQUIREMENT WILL BE BASED UPON THELOWEST AGGREGATE TOTAL PRICE SUBMITTED FOR THE TOTAL QUANTITY, INCLUSIVE OFTHE OPTION PROVISION. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. \ 1. PLEASE PROVIDE REPAIR PRICE AS FIRM-FIXED-PRICE. PLEASE CONSIDER THE FOLLOWING: ALSO, PLEASE PROVIDE: TEARDOWN & EVALUATION RATE:__________________ RTAT:_________________ THROUGHPUT CONSTRAINT:__________________ INDUCTION EXPIRATION DATE:_________________ 2. 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 ADJUSTMENT 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 GOVERNMENT'S RIGHT TO TERMINATE FOR DEFAULT. 3. COMPANIES WHO ARE NOT CURRENTLY A TECHNICAL-APPROVED SOURCE FOR THE SOLICITED ITEM AND ARE INTERESTED IN DOING BUSINESS WITH NAVSUP CAN EXPRESS THEIR INTERESTS BY COMPLETING A VENDOR INTEREST FORM AT THE NAVSUP BUSINESS OPPORTUNITIES WEB PORTAL AT H HTTPS://WWW.NAVSUP.NAVY.MIL/PUBLIC/NAVSUP/BUSINESS_OPPS/. THE AWARD ACTION FOR THE CURRENT SOLICITED REQUIREMENT WILL NOT BE HELD UP FOR ATTAINING APPROVAL OF AN OFFEROR THAT IS NOT CURRENTLY TECHNICALLY ACCEPTABLE BY THE GOVERNMENT FOR THIS ITEM. 4. DO NOT INCLUDE THE COST FOR SHIPPING MATERIAL AS THE GOVERNMENT IMPLEMENTED SHIPPING SYSTEM (NAVSUPWSSFA24) WILL BE SHIPPING/DELIVERING MATERIAL. 5. THE CONTRACTOR MUST OBTAIN FINAL INSPECTION AND ACCEPTANCE BY THE GOVERNMENTFOR ALL ASSETS WITHIN THE RTATS ESTABLISHED IN THIS CONTRACT. 6. THE VENDOR IS REQUIRED TO COMPLY WITH THE COMMERCIAL ASSET VISIBILITY (CAV) OF THE ASSET(S) IN THIS PURCHASE ORDER IN ACCORDANCE WITH NAVSUPWSSFA24. 7. THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY, REQUIRING THE CONTRACTOR'S WRITTEN ACCEPTANCE PRIOR TO EXECUTION . 8. DCMA SOURCE INSPECTION AND ACCEPTANCE IS REQUIRED AND FREIGHT IS FOB ORIGIN. 9. REQUIRED SHIPPING PROCEDURE IS MILITARY PACKAGING AND BAR CODING. 10. IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUST STATE WHO THE OEM IS (NAME AND CAGE CODE) AND THE PART NUMBER YOU ARE OFFERING AND PROVIDE TRACEABILITY INFORMATION REQUESTED. 11. PLEASE VERIFY YOUR COMPLIANCE WITH BOTH FAR CLAUSES 52.204-24 AND 52.204-25AND DFARS 12. IN ACCORDANCE WITH DFAR 217.7301, CONTRACTORS SHALL IDENTIFY THEIR SOURCES OF SUPPLY IN CONTRACTS FOR SUPPLIES. IF THE ITEM CURRENTLY BEING PROCURED IS A NON-VALUE ADDED ITEM, PLEASE PROVIDE: ACTUAL MANUFACTURER: CAGE CODE: ADDRESS: 13. CONTRACTORS CAN VIEW THEIR ORDERS, CONTRACTS, AND MODIFICATIONS AT THE ELECTRONIC DOCUMENT ACCESS (EDA) WEB TOOL. THIS WEB TOOL IS LOCATED AT THE WIDE AREA WORKFLOW (WAWF) WEBSITE. IT IS RECOMMENDED THAT CONTRACTORS REGISTER FOR EDA AT: HTTPS://WAWF.EB.MIL/. CLICK ON NEW USER AND REGISTRATION. 14. IF YOUR ORGANIZATION USES MORE THAN ONE CAGE CODE, PLEASE NOTE THE SPECIFICCAGE CODE TO BE USED FOR THIS ORDER ON YOUR PRICE QUOTE. 15. CONTRACT DISTRIBUTION: IT IS RECOMMENDED THAT VENDORS PROVIDE CONTACT INFORMATION TO NAVSUP WSS MECHANICSBURG IN ORDER TO RECEIVE AUTOMATED NOTIFICATIONS FROM NAVY ELECTRONIC COMMERCE ONLINE (NECO) WHEN CONTRACTS / MODIFICATIONS ARE ISSUED AND POSTED ON EDA. TO RECEIVE THESE NOTIFICATIONS, CONTACT: NAVSUP WSS CODE 025, PROCUREMENT SYSTEMS DESIGN AND CONTRACT SUPPORT DIVISION VIA EMAIL AT NAVSUPWSSITIMPHELPDESK@NAVY.MIL. PLEASE INCLUDE THE FOLLOWING INFORMATION WITH YOUR REQUEST: CAGE CODE, COMPANY NAME AND ADDRESS AND POC WITH PHONE NUMBER AND E-MAIL ADDRESS. 16. PRICING IS VALID 90 DAYS AFTER THE CLOSING DATE OF THE RFQ/RFP UNLESS OTHERWISE SPECIFIED. 17. PLEASE PROVIDE ALL OF THE ABOVE INFORMATION WITH CONTRACTOR'S QUOTE. ANY QUESTIONS SHOULD BE DIRECTED TO THE POC FOR THIS SOLICITATION. POC: AARON MCFEE POC EMAIL: AARON.D.MCFEE.CIV@US.NAVY.MIL " BOA: IF THERE IS ANY DISCREPANCY BETWEEN THE TERMS & CONDITIONS OF THIS ORDERAND THE ESTABLISHED BASIC ORDERING AGREEMENT (BOA), THE TERMS AND CONDITIONS OFTHE BASE BOA TAKE PRECEDENCE. OR All terms, conditions and clauses arehereby incorporated by reference from BOA N0038320GW401 \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the MODEM ASSEMBLY . 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 MODEM ASSEMBLY 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. ;06401 60055600-017; 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 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 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 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 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's 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 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 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's 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 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.

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

Office Address : P O BOX 2020 5450 CARLISLE PIKE MECHANICSBURG , PA 17050-0788 USA

Country : United StatesState : PennsylvaniaCity : Cumberland County

You may also like

59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF

Due: 20 May, 2024 (in 21 days)Agency: DEPT OF DEFENSE

59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF

Due: 06 May, 2024 (in 8 days)Agency: DEPT OF DEFENSE

59--ASSEMBLY,POWER MODU, IN REPAIR/MODIFICATION OF

Due: 14 May, 2024 (in 15 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

pscCode 7G20IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
naicsCode 334290Other Communications Equipment Manufacturing