44--HEAT EXCHANGER

expired opportunity(Expired)
From: Federal Government(Federal)
N0010423QNA69

Basic Details

started - 01 Dec, 2022 (16 months ago)

Start Date

01 Dec, 2022 (16 months ago)
due - 16 Dec, 2022 (16 months ago)

Due Date

16 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
N0010423QNA69

Identifier

N0010423QNA69
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|n744.13|hw4|7176053629|gordon.kohl@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| 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(DEVIATION 2020-O0019) (MAR 2022))|3|||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 days after award date| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 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 (MAY 2022)|13|332410|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM
USE (APRIL 2008))|2||x| In order for the government to consider an offer, if vendor is not already pre-approved, the vendor must provide, along with and as part of their offer, a statement that the vendor has access to the data or the rights to use the data needed to make this item. This data is not usually owned by the Government and will not be provided. This statement will allow you to be considered as a potential source for future awards, not this award, should you pursue to be vetted and possibly be approved as a source. Questions to answer within your quote: 1. Delivery Lead Time for first unit: __________________________ 2. If more than one unit to repair, after shipping the first unit, the number of assets able to ship each month thereafter ________ 3. Offer valid until ___________________. I prefer that quotes be valid throughat least 30 Sep 2023, if feasible.) 4. Source Inspection Location (CAGE): ________ Note, inspection by DCMA is required prior to shipping. Destination Inspection is not allowed. 5. Source Acceptance Location (CAGE): ________ Inspection by DCMA is required prior to shipping. Destination Acceptance is not allowed. 6. Pack Location (CAGE): ________ Indicate if packaging will be done by an outside source. 7. Do you need the quantity incremented down to the 1 each level per SLIN to better track SLIN to the unit job number? ______ 8. Is this going to be manufactured in the US? ______ 9. POC name and email: ____________________________ SURPLUS MATERIAL NOTICE TO CONTRACTOR'S PROVIDING SURPLUS MATERIAL: A certificate of conformance and label MUST accompany your quotation for surplus/new surplus/new manufactured surplus material. ALL surplus material MUST havetraceability back to a Government contract in order to be considered for award.Without this information we are unable to determine when the government purchased and inspected the item and therefore, we cannot beassured of technical acceptability. A copy of the surplus certificate, along with a photo of the box and label MUSTbe sent to the buyer. Also, in accordance with DFAR 217.7301, Contractors shallidentify 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: DISTRIBUTION REMARKS 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 by NAVSUP WSS and posted on EDA. To receive these notifications, contact: NAVSUP WSS Code 025, Procurement Systems Design and Contract Support Divisionvia 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 email address. 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. NIST SP 800-171 ASSESSMENT The Department of Defense (DoD) has issued an interim rule (2019-D041), effective November 30, 2020, related to the cyber security requirements in DFARS 252.204-7012. The purpose of this new rule is to assess the cybersecurity protections eachindividual contractor has in place and includes the implementation of a DoD NIST SP 800-171 Assessment Methodology. The offeror, by submission of its quotation, represents the following, if DFARSclause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, applies - (1) in accordance with DFARS provision 252.204-7019, it has implemented the NIST SP 800-171 security requirements for its information systems; and (2) its summary level scores are posted in the supplier performance risk system(SPRS) (https://www.sprs.csd.disa.mil/) in accordance with paragraph (d) of DFARS clause 252.204-7020, NIST SP 800-171 DoD assessment requirements. Failure to comply may result in being unable to award to the offeror. TRACEABILITY: IF QUOTING AS A DISTRIBUTOR OR DEALER TO THE OEM, PLEASE SUBMITFULL TRACEABILITY BACK TO THE OEM WITH YOUR QUOTE. Also, inaccordance 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: OPTION The option provision is included in the event the Government has an additional requirement 365 DAYS after issuance of the award. This will authorize the government to add the additional quantity, up to the percentage cited, to the order,via modification without having to re-solicit. It is requested that pricing be submitted on the option provision. BILATERAL CONTRACT AWARD The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the HEAT EXCHANGER . 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 HEAT EXCHANGER furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;44512 VA1014589; 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. 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. 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 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 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. The option provision is included in the event the government has an additional requirement within 365 days after issue of the award. This will authorize the government to add the additional quantity, up to the quantity cited, to the order, by unilateral modification without re-soliciting. Submit your pricing on the option provision. Evaluation for the award of the proposed requirement will be based upon the lowest aggregated total price for the total quantity, inclusive of the option provision.
Also Search For

Location

Country : USA

You may also like

HEAT EXCHANGER IDIQ

Due: 14 Dec, 2028 (in about 4 years)Agency: BUREAU OF RECLAMATION

REPAIR CHILLED WATER CISTERN & HEAT EXCHANGER

Due: 29 Apr, 2024 (in 9 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

41--HEAT EXCHANGER

Due: 03 May, 2024 (in 12 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 333998All Other Miscellaneous General Purpose Machinery Manufacturing
pscCode 4420Heat Exchangers and Steam Condensers