J--SENSOR,CURRENT, IN REPAIR/MODIFICATION OF

expired opportunity(Expired)
From: Federal Government(Federal)
N0010420QXA39

Basic Details

started - 11 Feb, 2020 (about 4 years ago)

Start Date

11 Feb, 2020 (about 4 years ago)
due - 19 Feb, 2020 (about 4 years ago)

Due Date

19 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
N0010420QXA39

Identifier

N0010420QXA39
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE NAVY (156405)NAVSUP (78807)NAVSUP WEAPON SYSTEMS SUPPORT (58567)NAVSUP WSS MECHANICSBURG (31893)NAVSUP WEAPON SYSTEMS SUPPORT MECH (31889)
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|N774.8|ET5|717-605-4682|randy.stoker1@navy.mil| COMMERCIAL ITEM PROCUREMENT NOTICE - SOLICITATION|5||x|||| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and Receiving Report (combo)|N/A|TBD|N00104|TBD|TBD|W25G1U, W62G2T|Enter Vendor DODAAC|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2|WSS Mechanicsburg|WSS Mechanicsburg| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL ITEMS (OCT 2019))|95|||x||||||x||||||||||||||||||||||||||x||x||x||||x|||||x|x||||||||x|||x|||||||||||||||||||x|||||||||||||||x|| OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (OCT 2018)|11||||||||||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|x|||||x|||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS CERTIFICATE (NOV 2014)|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| EVALUATION--COMMERCIAL ITEMS (OCT 2014)|4|price|Turnaround time|Technical capability|More important than price| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| This is a U.S. Navy repair of a commercial item, Sensor, Current, NSN6625-01-429-9277, part # 80350A, quantity 56. Quotes can only be accepted from vendors who are an approved source forrepair of this item by a DOD-cognizant technical authority. Award will notbe delayed pending the approval of additional repair sources. Repair sourceaddition is normally for future repairs of the same item. The government reserves the right to amend, cancel, or re-solicit this repair requirement at any time. The government will NOT pay for any informationsubmitted. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the SENSOR,CURRENT . 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 |190524|A| |01| 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The SENSOR,CURRENT 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. ;58NM0 80350A ; 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. 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 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.

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

Place Of Performance : P O BOX 2020 5450 CARLISLE PIKE MECHANICSBURG , PA 17050-0788 USA

Country : United StatesState : Pennsylvania

You may also like

16--MEDIA CANISTER,MINI, IN REPAIR/MODIFICATION OF

Due: 06 May, 2024 (in 16 days)Agency: DEPT OF DEFENSE

30--HOUSING,ACTUATOR, IN REPAIR/MODIFICATION OF

Due: 22 Apr, 2024 (in 1 day)Agency: DEPT OF DEFENSE

16--CONTROL STICK,AIRCR, IN REPAIR/MODIFICATION OF

Due: 22 Apr, 2024 (in 2 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 333999
pscCode JMAINT, REPAIR, REBUILD EQUIPMENT