PRINTED CIRCUIT BOA

expired opportunity(Expired)
From: Federal Government(Federal)
N0010423QNA51

Basic Details

started - 22 Nov, 2022 (17 months ago)

Start Date

22 Nov, 2022 (17 months ago)
due - 07 Dec, 2022 (16 months ago)

Due Date

07 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
N0010423QNA51

Identifier

N0010423QNA51
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705758)DEPT OF THE NAVY (156345)NAVSUP (78763)NAVSUP WEAPON SYSTEMS SUPPORT (58529)NAVSUP WSS MECHANICSBURG (31878)NAVSUP WEAPON SYSTEMS SUPPORT MECH (31874)
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|hw1|7176053629|gordon.kohl@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20|011347990|14|210|||||||||||||||||| 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|||| 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|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE
(APRIL 2008))|2||x| This solicitation is for NAVSUP to consider to repair or not repair existing unit(s). No purchases of new, used, or refurbished units will be considered and are not considered offers, since this is for repair only of an existing unit(s). In order for the government to consider an offer, the vendor must provide, along with and as part of their offer, if not already pre-approved, proof that the vendor has access to the data or the rights to use the data needed to repair this part. This data is not usually owned by the Government and will not be provided. For solicitations that are already determined to be sole source to another vendor, or limited, your information will be considered as a potential source for future awards, not this award, should you pursue to be vetted and approved as a source. Authorized distributors confirmed by the OEM may be consideredas a potential source. Provide the letter from the OEM stating that you are "authorized." All quotes need to include these cost factors, at a minimum: IUID, CAV asset processing, and packaging. Please provide either a FFP or estimated MLO price, monetary limitation order, which is an approximation of a standard unit evaluation AND repair. It is not a price for a worst case scenario. It is not a NTE, which is no longer accepted. It does NOT have a ceiling price. Funding is permitted to be added after doing the evaluation, upon proposing the firm repairprice, subject to negotiations. Eval only pricing is not acceptable. 1. Unit MLO price to evaluate AND repair ________ or FFP price ____________ 2. Tear down and evaluate ONLY price, in case unit is not repaired, beyond repair, or "no fault found" ________ NTE, not to exceed, price, to return to a depot. 3. New item price, for the same quantity being solicited, in an each price___________ (ROM estimate is fine) 4. Quote expiration date ________. (I prefer that quotes be valid through at least 30 Sep 2023, if feasible.) 5. Repair turn-around-time for complete repair of first unit, not just for the eval portion:___________ 6. If more than one unit to repair, after shipping the first unit, the number of assets able to ship each month thereafter ________ 7. Repair Location (CAGE):___________ 8. Source Inspection Location (CAGE): ________ Note, inspection by DCMA is required prior to shipping. Destination Inspection is not allowed. 9. Source Acceptance Location (CAGE): ________ Inspection by DCMA is required prior to shipping. Destination Acceptance is not allowed. 10. Pack Location (CAGE): ________ Indicate if packaging will be done by an outside source. Required shipping procedure is military packaging, IUID, and CAV, so include these in your costs. 11. Is this repair going to be an overhaul? _____ 12. Was this manufactured in the US? ______ 13. Do you need the quantity incremented down to the 1 each level per SLIN to better track SLIN to the job number? ______ 14. POC name and email: ____________________________ 15. If solicited with a RTAT goal, that you cannot achieve, state specific reasons why When the evaluation is done, an adequate proposal must include: Your Evaluation Findings from your internal job packet, for each unit, that includes: - the condition of the unit as received; - parts missing; - parts that need replaced; - parts that need refurbished; - out of specs and any tests the unit failed The resultant award will be issued bilaterally, if not on a BOA, requiring written acceptance prior to execution. A RTAT of at most 210 days is expected for repair of this item. NAVSUP expects this can be achieved at no increase to unit pricing to the Navy. Repair Turnaround Time (RTAT): the resultant contract is measured from asset return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report alltransactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. NOTE: Repair quotes shall reference the proposed RTAT, understanding the Navy's expectation of the RTAT goal. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the PRINTED CIRCUIT BOA , part of the ;PRINTED CIRCUIT BOARD; . 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. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-130 | | |K |000115|A| | | DOCUMENT REF DATA=ISO9001 | | | | |A| | | DOCUMENT REF DATA=ISO9002 | | | | |A| | | DOCUMENT REF DATA=MIL-I-45208 | | | | |D| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The PRINTED CIRCUIT BOA furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;81412 4965C28G01; 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. 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 System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 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. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years 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. on repair BOA n00104-10-g-a002, attachment c, c032

MECHANICSBURG, PA, 17050-0788, USALocation

Place Of Performance : MECHANICSBURG, PA, 17050-0788, USA

Country : United StatesState : Pennsylvania

You may also like

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

Due: 20 May, 2024 (in 1 month)Agency: DEPT OF DEFENSE

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

Due: 06 May, 2024 (in 17 days)Agency: DEPT OF DEFENSE

1680 - Addition of NIINs to BOA N0038320GW401

Due: 01 May, 2024 (in 11 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

NAICS CodeCode 333998
Classification CodeCode 99