TN510 TUNER CCA

expired opportunity(Expired)
From: Federal Government(Federal)
N0010424QYB51

Basic Details

started - 01 Apr, 2024 (1 month ago)

Start Date

01 Apr, 2024 (1 month ago)
due - 29 Apr, 2024 (4 days ago)

Due Date

29 Apr, 2024 (4 days ago)
Bid Notification

Type

Bid Notification
N0010424QYB51

Identifier

N0010424QYB51
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE NAVY (157282)NAVSUP (79294)NAVSUP WEAPON SYSTEMS SUPPORT (58972)NAVSUP WSS MECHANICSBURG (32131)NAVSUP WEAPON SYSTEMS SUPPORT MECH (32127)
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|N741.5|7VH|717-605-8656|james.b.burnett1.civ@us.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|COMBO - Invoice and Receiving Report|Not Applicable|HQ0338|N00104|S2101A|S2101A|0001AA: SW3117 / 0001AB: SW3218|14632|||S2101A|||||Not Applicable| NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER|3|||| MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|157,537.00| 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|||||||||||| 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|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Request repair quote on a Not-To-Exceed (estimated) unit price basis. Please include applicable Return to Manufacturer Authorization (RMA) number, repair facility, and packaging house (MIL-STD-2073-1E w/CHANGE 4, 22 April 2019,applies). Repair depot (CAGE Code: 14632) applies for subject NSN. DRS SIGNAL SOLUTIONS, INC. (CAGE Code: 14632), POC: Mark Wittlinger, PH: 301-944-8205, E-mail: MWittlinger@drs.com / Barry Dowdy, PH: 240-529-5197, E-mail: barry.dowdy@drs.com / Danielle Dancing, PH: 301-948-7550, E-mail: Danielle.Dancing@drs.com. NSN: 7HH 5998 016152275, TN510 TUNER CCA, REF NO: SI-9158/AC. Note: Early/Partial Delivery is Authorized and Desired. Note: CAV Reporting under NAVSUPWSSFA24 COMMERCIAL ASSET VISIBILITY (CAV) REPORTING (02-22) is incorporated. Note: WEB-BASED COMMERCIAL ASSET VISIBILITY STATEMENT OF WORK NAVSUP WSS MECHANICSBURG/PHILADELPHIA VERSION 8.4, August 2023 applies. (https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Provisions-Instructions-and-Contract/) Note: WSSTERMFZ10, REDISTRIBUTION ORDER/READY FOR ISSUE - NAVSUPWSS T (05-16) is incorporated. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. Note: iRAPT/WAWF invoice and receiving report with IUID requirement: Contact IUID Help, PH: 269-961-4745, E-mail: Iuid.helpdesk@dla.mil (Re: DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023)). The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997). Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution.. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the TN510 TUNER CCA . 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-129 | | |R |180524|A| |03| DOCUMENT REF DATA=MIL-HDBK-773 | | |A |050630|A| | | DOCUMENT REF DATA=MIL-STD-1686 | | |C |951025|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The TN510 TUNER CCA 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. ;14632 SI-9158/AC; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 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. 3.5 Electrostatic Discharge Control - The Contractor shall comply with the electrostatic discharge control requirements established in MIL-STD-1686. 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 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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. 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. 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. 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. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVICP-MECH 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 from: Commanding Officer NAVICP-MECH 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.

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

2124404B4200RN008 OIR RADAR INTERFACE CCA, 2274 5998 01-656-6552

Due: 06 Jul, 2024 (in 2 months)Agency: U.S. COAST GUARD

16--PROX RELAY DR,CCA,A

Due: 10 Jun, 2024 (in 1 month)Agency: DEPT OF DEFENSE

CCA,RS-232/AD

Due: 16 May, 2024 (in 12 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

naicsCode 334412Bare Printed Circuit Board Manufacturing
pscCode 5998Electrical and Electronic Assemblies; Boards, Cards, and Associated Hardware