CONTACT INFORMATION|4|N713.30|GAE |717-605-1308|JOSHUA.J.ESHLEMAN@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 AND RECEIVING REPORT|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||JOSHUA.J.ESHLEMAN@NAVY.MIL|
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS|
VALUE ENGINEERING (JUN 2020)|3||||
EQUAL OPPORTUNITY (SEP 2016)|2|||
INTEGRITY OF UNIT PRICES (NOV 2021)|1||
EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4|||||
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||
BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3||||
NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13||||||||||||||
SMALL BUSINESS PROGRAM REPRESENTATIONS (SEP 2021)|4|333923|1250|||
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|333923|1250||||||||||||
INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2|||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|
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 contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding.
Required Repair Turnaround Time (RTAT): 230 days
Government source inspection 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:
- Unit Price:__________
- Total Price:__________
Check one: Firm-fixed-Price ___ Not to Exceed (Ceiling Price) ___ Estimated ___
New unit price:__________
New unit delivery lead-time:__________
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 based on:______________________________________.
- Awardee CAGE: __________
Inspection & Acceptance CAGE, if not same as "awardee CAGE": __________
Facility/Subcontractor CAGE (where the asset should be shipped), if not sameas "awardee CAGE":__________
Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________
ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE:
Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage.
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.
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: $_________.
NAVSUP WSS will be considering past performance in the evaluation of quotes. See DFARS 252.213-7000.
NAVSUP WSS POC: JOSHUA.J.ESHLEMAN@NAVY.MIL
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the RAM CONTROL SENDING .
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.
2.1.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made.
2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order,
however, shall supersede applicable laws and regulations unless a specific exemption has been obtained.
DRAWING DATA=5210545 |53711| H| |C|0001 | H|49998|0469947
DRAWING DATA=5210545 |53711| H| |C|0002 | F|49998|0016277
DRAWING DATA=5210545 |53711| H| |C|0003 | F|49998|0037901
DRAWING DATA=5210545 |53711| H| |C|0004 | F|49998|0049017
DRAWING DATA=5210545 |53711| H| |C|0005 | F|49998|0035789
DRAWING DATA=5210545 |53711| H| |C|0006 | F|49998|0035576
DRAWING DATA=5210545 |53711| H| |C|0007 | F|49998|0042112
DRAWING DATA=5210545 |53711| H| |C|0008 | F|49998|0041267
DRAWING DATA=5210545 |53711| H| |C|0009 | F|49998|0020278
DRAWING DATA=5210545 |53711| H| |C|0010 | F|49998|0016222
DRAWING DATA=5210545 |53711| H| |C|0011 | G|49998|0035389
DRAWING DATA=5746889 |53711| E| |D|0001 | E|49998|0392563
DRAWING DATA=5746889 |53711| E| |D|0002 | D|49998|0241323
DRAWING DATA=5746889 |53711| E| |D|0003 | -|49998|0096114
DRAWING DATA=5746896 |53711| B| |D|0001 | B|49998|0131660
DRAWING DATA=5746897 |53711| A| |D|0001 | A|49998|0194677
DRAWING DATA=5746898 |53711| -| |D|0001 | -|49998|0107657
DRAWING DATA=5746899 |53711| -| |D|0001 | -|49998|0158926
DRAWING DATA=5746900 |53711| -| |D|0001 | -|49998|0104226
DRAWING DATA=5746901 |53711| -| |D|0001 | -|49998|0107849
DRAWING DATA=5746902 |53711| A| |D|0001 | A|49998|0148095
DRAWING DATA=5746903 |53711| B| |C|0001 | B|49998|0083010
DRAWING DATA=5746904 |53711| -| |D|0001 | -|49998|0115563
DRAWING DATA=5746905 |53711| -| |D|0001 | -|49998|0141942
DRAWING DATA=5746906 |53711| -| |D|0001 | -|49998|0134549
DRAWING DATA=5746907 |53711| A| |D|0001 | A|49998|0137400
DRAWING DATA=5746907 |53711| A| |D|0002 | -|49998|0081739
DRAWING DATA=5746908 |53711| -| |D|0001 | -|49998|0104958
DRAWING DATA=5746909 |53711| A| |D|0001 | A|49998|0081591
DRAWING DATA=5746910 |53711| A| |D|0001 | A|49998|0086324
DRAWING DATA=5746911 |53711| A| |D|0001 | A|49998|0097803
DRAWING DATA=5746912 |53711| -| |D|0001 | -|49998|0060536
DRAWING DATA=5746913 |53711| -| |D|0001 | -|49998|0160512
DRAWING DATA=5746913 |53711| -| |D|0002 | -|49998|0082045
DRAWING DATA=5746914 |53711| A| |D|0001 | A|49998|0138131
DRAWING DATA=5746914 |53711| A| |D|0002 | -|49998|0068821
DRAWING DATA=5746915 |53711| A| |C|0001 | A|49998|0171722
DRAWING DATA=5746915 |53711| A| |C|0002 | -|49998|0063459
DRAWING DATA=5746916 |53711| A| |C|0001 | A|49998|0165899
DRAWING DATA=5746916 |53711| A| |C|0002 | -|49998|0062333
DRAWING DATA=5746916 |53711| A| |C|0003 | -|49998|0060786
DRAWING DATA=5746917 |53711| A| |C|0001 | A|49998|0143498
DRAWING DATA=5746917 |53711| A| |C|0002 | -|49998|0051287
DRAWING DATA=5746918 |53711| -| |D|0001 | -|49998|0066117
DRAWING DATA=5746919 |53711| A| |C|0001 | A|49998|0034400
DRAWING DATA=5746920 |53711| B| |D|0001 | B|49998|0124113
DRAWING DATA=5746921 |53711| A| |C|0001 | A|49998|0166950
DRAWING DATA=5746921 |53711| A| |C|0002 | -|49998|0058424
DRAWING DATA=5746922 |53711| -| |D|0001 | -|49998|0069387
DRAWING DATA=5746923 |53711| -| |D|0001 | -|49998|0064447
DRAWING DATA=5746934 |53711| -| |D|0001 | -|49998|0089911
DRAWING DATA=5746935 |53711| -| |D|0001 | -|49998|0102497
DRAWING DATA=6352238 |53711| -| |D|0001 | -|49998|0066729
DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | |
DOCUMENT REF DATA=MIL-P-15024 |0005| | |710611|A| | |
DOCUMENT REF DATA=QPL-24441 | | |43 |080920|A| | |
DOCUMENT REF DATA=MIL-DTL-24441 | | |D |090827|A| | |1
DOCUMENT REF DATA=MIL-PRF-24635 | | |D |061115|A| | |
DOCUMENT REF DATA=MIL-PRF-24635 | | |E |180912|A| 1| |
DOCUMENT REF DATA=MIL-DTL-85054 | | |D |160908|A| | |
DOCUMENT REF DATA=MIL-STD-973 | | | |091005|A| | |
DOCUMENT REF DATA=MIL-DTL-917 | | |F |140805|A| | |
3. REQUIREMENTS
3.1 ;Drawing 5746913 insturction Only the item described on ths drawing when purcha hased form the vendor(s) listed hereon is approved by the navy for the use on the application (s) specified herein. A substitute item shall not be used with out prior
approval by the navy ;
3.1.1 ;5746900 instruction Paint all surfaces except those noted "do not paint" with /procedures and materials specified in PC 2 for exposed stainless steel and non-ferrous pats.;
3.1.2 ;5746900 and 5746897 drawing instruction,Paint all surfaces except those noted "do not paint" with procedures and materials specified in PC 2 for exposed stainless steel non- ferrous parts for 5746900, 5746897 exposed steel and iron parts.
5746896,procedures and material specified in PC 2 for exposed steel;
3.2 ;ARC sending unit's used onboard ship must use. An acceptable replacement for 5746689 Pc 56 is electrical wire M222759/11-16-0 per SAE AS22759/11. An acceptable replacement for 6352238 Pc 9 is electrical wire M22759/11-22-0 per SAE As22759/11.
;
3.3 Design, Manufacture, and Performance - Except as modified herein,
the RAM CONTROL SENDING furnished under this contract/purchase order shall meet the
design, manufacture, and performance requirements specified on drawing ;5746889;
cage ;5746889; .
3.4 Marking - This item shall be physically identified in accordance
with ;MIL-STD-130; .
3.4.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until
another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted,
the date of the granting of the authorization, and the name of the granting authority.
Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below.
The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788.
Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor.
3.5 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973,
Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original
and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.6 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material
will be cause for rejection.
If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The
contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting
Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part.
The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of
contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are
located so as not to constitute a contamination hazard.
If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a
polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the
requirements of this contract are concerned.
These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements.
Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided:
Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a
component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface
ship atmosphere.
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.
4.1.1 ;Suppliers currently using and maintaining Inspection System Requirements to MIL-I-45208 are granted permission to utilize this if desired. ;
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 of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during
the performance of the contract and for a period of four years after final delivery of supplies.
4.4 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001.
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 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.
6.2 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 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.