United States - 15--flap assy, in repair/modification OF

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
26 September 2024
Opportunity publication date
12 September 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

CONTACT INFORMATION|4|N721.10|B1U|609-284-3898|joshua.j.seltzer.civ@us.navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x||||||||
INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x||||||||||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|INVOICE AND RECEIVING REPORT COMBO TYPE|N/A|TBD|N00383|TBD|TBD|See Schedule|TBD|||TBD||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 months|60 days after discovery of defect|||||
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||x|
The purpose of this amendment is to increase item quantity from 1 to 3.
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 theAction 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 receiptand 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 bythe Government for all assets within the RTATs e
established in the subsequent contract.
Required RTAT: ## 119 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 ##____ 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 agree 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 ORDERS DELIVERY 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
3.1 Items coated with yellow paint shall be totally stripped of yellow paint and repainted with white coating systems as follows:
3.1.1 Primary System
a. Pretreatment, for steel only, shall be MIL-C-10578. Pretreatment for aluminum is not authorized.
b. Primer shall be epoxy coating MIL-P-53022 Type II (VOC 340 G/L), available from:
1. Sherman Williams, (312) 821-3434
P/N E90WY14/V93VY9
2. PPG (216) 671-0056
P/N W423305
3. Niles (800) 253-7389
P/N 3580
c. If above materials are not available, the following materials are authorized for use:
1. Epoxy coating MIL-P-5302 Type II (VOC 420 G/L).
Where permitted by local environmental regulations.
2. Epoxy, water reducible, shall be MIL-P-5303
(VOC 340 G/L).
3. Topcoat Primer-Polyurethane shall be MIL-C-85285,
Type II (VOC 340 G/L) color number 17925 CF FED-STD-595.
d. All removed yellow paint should be treated as if it contains lead and chromates and proper safety and disposal procedures shall be adhered to.
4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE.
5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES - NOT APPLICABLE

Opportunity closing date
26 September 2024
Value of contract
to be confirmed

About the buyer

Address
NAVSUP WEAPON SYSTEMS SUPPORT

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?