DATA STATION

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159009527523215
Posted Date: Nov 23, 2022
Due Date: Nov 25, 2022
Solicitation No: N0010422QCC90
Source: Members Only
Follow
DATA STATION
Active
Contract Opportunity
Notice ID
N0010422QCC90
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP WEAPON SYSTEMS SUPPORT
Sub Command 2
NAVSUP WSS MECHANICSBURG
Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 23, 2022 03:35 am EST
  • Original Published Date: Jul 14, 2022 03:33 am EDT
  • Updated Date Offers Due: Nov 25, 2022 03:30 pm EST
  • Original Date Offers Due: Jul 26, 2022 01:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 10, 2022
  • Original Inactive Date: Aug 10, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 99 - MISCELLANEOUS
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
Description
CONTACT INFORMATION|4|N771.1|APA|7176052375|HILARY.L.GARRETT.CIV@US.NAVY.MIL|
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|COMBO (INVOICE & RECEIVING REPORT)|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG|
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|
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|334614|1250||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|
The purpose of this Amendment is to increase the quantity from 2 each to 4 each.
No other changes have been made to this solicitation.
The purpose of this Amendment is to increase the quantity from 1 to 2.
No other changes have been made to this solicitation.
Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^
All freight is FOB Origin.
This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution.. Verify nomenclature, part number, and NSN prior to responding.
The Government is seeking a Repair Turnaround Time (RTAT) of: 76 Days
Government Source Inspection (GSI) is required.
Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25.
Your quote should include the following information:
QUOTE AMOUNT AND RTAT
Unit Price:__________
Total Price:__________
Repair Turnaround Time (RTAT): _______ days
Repair Turnaround Time (RTAT): the resultant contractual delivery requirement 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 contractors facility as reflected in the AAction Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions 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.
Check one: Firm-fixed-Price ___ Not to Exceed (Ceiling Price) ___ Estimated ___
Return Material Authorization # (RMA), if applicable:__________
Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________
TESTING AND EVALUATION IF BEYOND REPAIR
T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to
exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment.
The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________.
AWARDEE INFO & PERFORMANCE LOCATION
Awardee CAGE: __________
Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________
Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________
IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW
New unit price:__________
New unit delivery lead-time:__________
"If Rent-Free Usage (RFU) of Government Furnished Equipment (GFE) is required for performance, provide a list of GFE Nomenclature and Item Numbers here:_____________________________________
_____________________________________
_____________________________________
_____________________________________
Option Remarks:
The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the
option by written notice to the Contractor within 365 Days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.
IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a
price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the 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.
In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________.
1. SCOPE
1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the DATA STATION .
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 DATA STATION 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.
;XXXXX XXXXXXXXXX;
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.
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 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 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.
6.3 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.
Attachments/Links
Contact Information
Contracting Office Address
  • P O BOX 2020 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17050-0788
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >