59--CONTROL-DISPLAY,OPT, IN REPAIR/MODIFICATION OF

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159854366477332
Posted Date: Apr 11, 2024
Due Date: Apr 11, 2024
Solicitation No: N0038322QD377
Source: Members Only
Follow
59--CONTROL-DISPLAY,OPT, IN REPAIR/MODIFICATION OF
Active
Contract Opportunity
Notice ID
N0038322QD377
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 PHILADELPHIA
Office
NAVSUP WEAPON SYSTEMS SUPPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 11, 2024 07:18 am EDT
  • Original Published Date: Jul 11, 2022 06:49 am EDT
  • Updated Date Offers Due: Apr 11, 2024 04:30 pm EDT
  • Original Date Offers Due: Aug 08, 2022 01:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 26, 2024
  • Original Inactive Date: Aug 23, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5980 - OPTOELECTRONIC DEVICES AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 334413 - Semiconductor and Related Device Manufacturing
  • Place of Performance:
Description
CONTACT INFORMATION|4|N721.26|B1I|215-697-3638|Shannon.K.Fitzgerald@navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x||||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and Receiving Reports (combo) type||TBD|N00383|TBD|TBD|See Schedule|TBD|||||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|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 (NOV 2014)|1||
ROYALTY INFORMATION (APR 1984)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2022)|13|336413|1250||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2|DO-A1A ||
1. The purpose of this amendment is to increase the quantity on contract from 15/ea. to 30/ea.
2. Quantity for this requirement is hereby increased by 15/ea., from 15/ea. to 30/ea.
3. All other terms and conditions remain unchanged.
Repair Turnaround Time (RTAT) definition: The 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 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 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 the subsequent contract.
Required RTAT: ## _17.37_ days after receipt of asset
Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in #). A throughput of 0000/ per month reflects no throughput constraint.
Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS
Contracting Officer.
Reconciliation:A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under the subsequent contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such
prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, consideration will be assessed and subject to negotiation.
ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERSDELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARE CONSIDERED TO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FACSIMILE, OR
SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN.
Early and incremental deliveries accepted and preferred.
1. SCOPE
1.1 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document.
1.2 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be
provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification.
1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this
procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer.
1.4 If MIL-STD-454 is referenced in the drawings or in the specification,the contractor is expected to show compliance with IPC/EIAJ-STD-001C Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by
IPC/EIAJ-STD-001C paragraph 5.1.4.
2. APPLICABLE DOCUMENTS - NOT APPLICABLE
3. REQUIREMENTS
CONTROL-DISPLAY,OPT , ;Control-Display, Opt; , ;7RH 5980-01-471-9636 LC; , 7RH 5980-01-471-9636 LC
3.1 Applicable Documents
3.1.1 The contractor shall perform the necessary work to return the subject item to Ready-For-Issue (RFI) serviceable operating condition and insure compliance with the requirements of the following drawings and specifications:
1. CONTROL-DISPLAY,OPT Drawing ( ;(73168); ) ;35008-308; Rev ;latest; .
2. All inspections, evaluations, repair/overhaul, and testing functions shall be in compliance with:
;The Contractor's Applicable Drawings and Specifications Established;
3.2 Work Requirements:
3.2.1 All units determined by the contractor to be beyond economical repair (cost of repair/rework not to exceed ;80%; of the original cost of the item) shall bear a confirmation by DCMC and shall accompany the contract evaluation and quote to the Contracting
Officer. In the event that an item is received with one or more subassemblies missing, the contractor shall promptly obtain confirmation of such finding from the DCMC (QAR) and upon confirmation notify the PCO
3.2.2 Acceptance testing shall be conducted under the surveillance of the DCMC (QAR). These tests shall include all tests necessary to assure that the material serviced conforms to the performance required to provide Ready-For-Issue material. The DCMC shall
retain the authority to conduct or reconduct any tests deemed necessary to insure compliance with the applicable documents and specifications that are cited in paragraph 1 of the requirements section.
3.2.3 A copy of the DD Form 250 shall be packed with each unit processed under this contract. One copy of the DD Form 250 shall be forwarded to the Procurement Contracting Officer.
3.2.4 The contractor shall perform Testing and Evaluation (T&E) of all units submitted for work. T&E shall be conducted in accordance with the repair manual or specifications stated in section 1 of this statement of work. Based on the results of the T&E,
severity of the failure, and total operational hours accumulated since the last repair/overhaul, the contractor shall make its recommendations to either repair or overhaul the unit to the DCMC (QAR). The contractor shall not begin work before receiving
approval from the DCMC (QAR).
3.2.5 Upon receiving DCMC (QAR) approval, the contractor shall overhaul or repair the subject item to a Ready-For-Issue (RFI), serviceable operating condition and insure compliance with the requirements of the documents and specifications listed in
paragraph 1 of the requirement's section.
3.2.6 For the purpose of the statement of work, "Overhaul" is defined as follows: All items regardless of their condition shall be subjected to all of actions outlined in the documents and specifications listed in section 1. The contractor shall inspect all
components and repair/refurbish/replace those components that fail to meet the limits specified in the documents and specifications listed in paragraph 1 of the requirement's section. Parts exceeding the dimensional limits shall be scrapped or repaired in
accordance with documents and specifications listed in section 1 of this SOW. Parts that cannot be repaired/refurbished shall be scrapped and material review (MRB) will not be granted on these components/parts.
3.2.7 For the purposes of this statement of work, "REPAIR" is defined as follows: Items deemed repairable shall be subjected only to the actions necessary to correct the failed/non-operational condition. All work shall be performed as outlined in the
documents and specifications listed in section 1 of this SOW. The contractor shall inspect only those components/areas identified in the Testing and Evaluation phase as being defective, and repair, replace and or refurbish those failing to meet the limits
specified in the documents and specifications listed in section 1 of this SOW. Parts exceeding the dimensional limits shall be scrapped or repaired in accordance with the documents and specifications listed in section 1. Parts that cannot be
repaired/refurbished shall be scrapped and material review (MRB) will not be granted for these items.
3.2.8 Services required to accomplish the above objectives shall be in accordance with the contractor's established industrial shop methods and existing special tools and test equipment.
3.2.9 ;X; Service change bulletins or modifications, except as specified herein, shall not be incorporated by the contractor without prior approval from the contracting officer.
3.2.10 ;X; Change modifications ;N/A; shall be incorporated for the items under this contract. Reworked/upgraded items will be reidentified as follows: ;X;
3.3 In the event that the contractor requests a waiver, deviation or modification for parts/subassemblies, all Engineering Change Proposals, waivers, and deviations shall be prepared in accordance with MIL-STD-973.
3.4 Quality Assurance:
3.4.1 During the performance of this contract, the contractor shall maintain a Quality Assurance System in accordance with MIL-I-45208, or equivalent (e.g. ISO-9001, ISO-9002, MIL-Q-95208)
4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE.
5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES - NOT APPLICABLE
Attachments/Links
Contact Information
Contracting Office Address
  • PHILADELPHIA 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5098
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 11, 2024[Presolicitation (Updated)] 59--CONTROL-DISPLAY,OPT, IN REPAIR/MODIFICATION OF

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 >