N0010423QJC70 - 23 -- CIRCUIT CARD ASSEMBLY - Solicitation
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 (Original)
- Original Published Date: Apr 24, 2023 02:09 pm EDT
- Original Date Offers Due: Apr 28, 2023 04:30 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: May 13, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
- NAICS Code:
- 334412 - Bare Printed Circuit Board Manufacturing
- Place of Performance:
Description
TEARDOWN, EVALUATE, REPAIR AND/OR MODIFY
0001 NSN 7HH 5998-01-452-6872 GL
CIRCUIT CARD ASSEMB SHELF LIFE 0-00
FOR REFERENCE ONLY
01CJ4 426-5100904-1
1BCK1 426-5100904-1
SEE TECHNICAL REQUIREMENTS IN SECTIONS C, D, E, AND ATTACHMENTS
HM QUP ICQ PMT CD PM WM CUD CT UC LP IC UCL SP MK PACK UNIT PKWT UNIT PKCU OPI
N 001 000 GX 1 00 00 LT B ED A 00 B 39 EFF 2.0 1.250 M
PACKAGING IS IN ACCORDANCE WITH MIL-STD-2073
SHIP TO
0001AA N00104-23-U-1667 W25G1U 2 EA
M/F: "A" CONDITION STOCK
TP: 3
SOLICITATION NOTES:
** CASREP ** ACCELERATED DELIVERY IS ENCOURAGED AND ACCEPTED AT NO ADDITIONAL
COST TO GOVERNMENT.
All freight is FOB Origin.
This RFQ is for repair. The resultant award of this solicitation will be
issued bilaterally, requiring the contractor's written acceptance prior to
execution. Verify nomenclature, part number, and NSN prior to responding.
The Government is seeking a Repair Turnaround Time (RTAT) of: 38 days
Government Source Inspection (GSI) is required.
Please note freight is handled by the Navy as per the Commercial Asset
Visibility (CAV) Statement of Work.
Your quote should include the following information:
***************QUOTE AMOUNT AND RTAT ***************
*Unit Price:__________
*Total Price:__________
*Repair Turnaround Time (RTAT): _______ days
If your company is not quoting the Government's Required Repair Turnaround
Time (RTAT) or earlier, provide your company's capacity constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
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 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 this contract.
*Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): ___
*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:__________
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: $_________.
INSPECTION AT ORIGIN
ACCEPTANCE AT ORIGIN
POC EMAIL: GREGORY.BLISSMAN@NAVY.MIL
Attachments/Links
Contact Information
Contracting Office Address
- P O BOX 2020 5450 CARLISLE PIKE
- MECHANICSBURG , PA 17050-0788
- USA
Primary Point of Contact
- GREGORY C. BLISSMAN
- GREGORY.BLISSMAN@NAVY.MIL
- Phone Number PHONE (717)605-4262
Secondary Point of Contact
History
- May 13, 2023 11:58 pm EDTSolicitation (Original)