United States - 70--data server 3u, 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
30 September 2024
Opportunity publication date
05 September 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

CONTACT INFORMATION|4|N711.10|AHF|717-605-1318|JORDAN.D.BURT.CIV@US.NAVY.MIL|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|X||||||
INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X||||||||||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO|N/A|TBD|N00104|TBD|TBD|W62G2T|TBD|||TBD||||||
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 (JAN2023))|3||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13||||||||||||||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3||||
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|334610|1,250||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|||
THE PURPOSE OF THIS AMENDMENT IS:
1. UPDATE REQUIREMENT QTY FROM 34 TO 42 (A +8 INCREASE).
2. EXTEND OFFER DUE DATE TO 30 SEP 2024.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
THE PURPOSE OF THIS AMENDMENT IS TO EXTEND OFFER DUE DATE TO 18 DEC 2023. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
THE PURPOSE OF THIS AMENDMENT IS TO EXTEND OFFER DUE DATE TO 17 NOV 2023. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
1. PLEASE PROVIDE REPAIR PRICE AS FIRM-FIXED-PRICE. PLEASE CONSIDERTHE FOLLOWING:
PLEASE PROVIDE:
TEARDOWN & EVALUATION RATE:__________________
RTAT:_________________
THROUGHPUT CONSTRAINT:__________________
INDUCTION EXPIRATION DATE:_________________
2. PRICE REDUCTIONS:
ANY ASSETS FOR WHICH THE CONTRACTOR DOES NOT MEET THE REQUIRED RTAT WILL INCUR A PRICE REDUCTION OF 1% PER ASSET PER MONTH EXTENSION REQUESTED. THIS ADJUSTMENT WILL BE IMPLEMENTED VIA A RECONCILIATION MODIFICATION AT THE END OF 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.
3. RECONCILIATION:
A RECONCILIATION MODIFICATION WILL BE ISSUED AFTER FINAL INSPECTION AND ACCEPTANCE OF ALL ASSETS INDUCTED UNDER THIS 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, THE PRICE ADJUSTMENT AS STATED SHALL BE APPLICABLE.
4. COMPANIES WHO ARE NOT CURRENTLY A TECHNICAL-APPROVED SOURCE FOR THE SOLICITED ITEM AND ARE INTERESTED IN DOING BUSINESS WITH NAVSUP CAN EXPRESS THEIR INTERESTS BY COMPLETING A VENDOR INTEREST FORM AT THE NAVSUP BUSINESS O
OPPHTTPS://WWW.NAVSUP.NAVY.MIL/PUBLIC/NAVSUP/BUSINESS_OPPS/. THE AWARD ACTION FOR THE CURRENT SOLICITED REQUIREMENT WILL NOT BE HELD UP FOR ATTAINING APPROVAGOVERNMENT FOR THIS ITEM.
5. DO NOT INCLUDE THE COST FOR SHIPPING MATERIAL AS THE GOVERNMENT IMPLEMENTED SHIPPING SYSTEM (NAVSUPWSSFA24) WILL BE SHIPPING/DELIVERING MATERIAL.
6. THE CONTRACTOR MUST OBTAIN FINAL INSPECTION AND ACCEPTANCE BY THE GOVERNMENT FOR ALL ASSETS WITHIN THE RTATS ESTABLISHED IN THIS CONTRACT.
7. THE VENDOR IS REQUIRED TO COMPLY WITH THE COMMERCIAL ASSET VISIBILITY (CAV) OF THE ASSET(S) IN THIS PURCHASE ORDER IN ACCORDANCE WITH NAVSUPWSSFA24.
8. 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.
\
1. SCOPE
1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the DATA SERVER 3U .
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.
DOCUMENT REF DATA=IPC J-STD-001 | | |C |000301|A| | |
DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | |
DOCUMENT REF DATA=ISO9001 | | | |010417|A| | |
DOCUMENT CHANGE DATA=MIL-STD-2000 |IPC J-STD-001
3. REQUIREMENTS
3.1 Cage Code/Reference Number Items - The DATA SERVER 3U 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.
;7N6D2 8359882;
3.2 Marking - This assembly and its piece parts 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 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.
3.4 Soldering - The requirements for soldered electrical and electronic assemblies shall conform to IPC J-STD-001, Class ;3; .
3.5 Electrostatic Discharge Control - The Contractor shall comply with the electrostatic discharge control requirements established in MIL-STD-1686.
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 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.
4.3 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 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.
6.2 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 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.

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

About the buyer

Address
NAVSUP WEAPON SYSTEMS SUPPORT MECH

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?