Skip to main content

An official website of the United States government

You have 2 new alerts

81--SHIPPING AND STORAG, IN REPAIR/MODIFICATION OF

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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)
  • Updated Published Date: Feb 06, 2024 06:56 pm EST
  • Original Published Date: Jul 12, 2023 06:38 am EDT
  • Updated Date Offers Due: Feb 20, 2024 03:30 pm EST
  • Original Date Offers Due: Aug 11, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 06, 2024
  • Original Inactive Date: Aug 26, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
  • NAICS Code:
    • 332439 - Other Metal Container Manufacturing
  • Place of Performance:

Description

CONTACT INFORMATION|4|n792.02|lpe|2156972582|timika.nicholson@navy.mil| COMMERCIAL PRODUCT PROCUREMENT NOTICE|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x|||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|invoice and receiving reports|n/a|n/a|n00383|n/a|n/a|n/a|n/a|n/a|n/a|n/a|||||| 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|365 days|45 days after the last delivery under this contract||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 23)|3|||| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023))|98||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIALSERVICES (DEVIATION 2023-O0002) (DEC 2022))|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 (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|336413|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)|4||||| This solicitation is hereby extended to 11/17/2023. Please provide your TT&E pricing for the units as well as a repair price. NAVSUP is looking for pricing for repairs under tier 3. Please see the below tier 3 description for pricing. Tier 3 (Weld Repair): All of the above, weld repair/patch, welding required toremove replace damaged latch assembly,manufacturing/remove/replace custom/modified common hardware. This is a competitive requirement. Offers will be evaluated by Lowest Price Technically Acceptable (LPTA). All other terms and conditions remain unchanged. \ The following remarks are being added to this solicitation: Tier 1 (Inspection/Cleaning/Minor Adjustments): External/Internal Inspection, cleaning and draining inside of base to remove loose debris, remove/replace desiccant, remove/replace installation instructions, adjusting hardware to ensure hermetic seal, stenciling Tier 2 (Remove/Replace Common Components): All of the above, remove/replace common inner frame hardware (screws/bolts/nuts/etc.), remove latch hardware and replace with repair kit, remove replace shockmounts, remove/replace gasket, remove/replace damaged or illegible nameplate, remove/replace humidity indicator, remove/replace valves, remove/replace observation window Tier 3 (Weld Repair): All of the above, weld repair/patch, welding required to remove replace damaged latch assembly, manufacturing/remove/replace custom/modified common hardware. Tier 4 (Manufacturing, Simple): All of the above, manufacturing/remove/replace simple single component parts (plate/tube/etc.). Tier 5 (Manufacturing, Complex): All of the above, manufacture/remove/replace complex assemblies (brackets/frame/mounting assembly/etc.) No repair shall exceed 75% of new container cost. Repair Turnaround Time (RTAT) definition: The contractual delivery requirementis measured from asset Return to the date of asset acceptance under the termsof the contract. For purposes of this section, Return is defined as physicalreceipt of the F-condition asset at the contractor's facility as reflected inthe Action Date entry in the Commercial Asset Visibility (CAV) system. Inaccordance with the CAV Statement of Work, the contractor is required toaccurately report all transactions by the end of the fifth regular businessday after receipt and the Action Date entered in CAV must be dated to reflectthe actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Governmentfor all assets within the RTATs established in the subsequent contract. Required RTAT: ## 76 days after receipt of asset. Induction Expiration Date: 365 days after contract award date. Any assetreceived after this date in days is not authorized for repair withoutbi-lateral agreement between the Contractor and NAVSUP WSS ContractingOfficer. Reconciliation:A reconciliation modification will be issued after finalInspection and acceptance of all assets inducted under the subsequentcontract. The parties have agreed to a price (shown on the schedule page) foreach unit at the negotiated RTAT. Such prices are based on the Contractormeeting the RTAT requirements described within the schedule page. If theContractor does not meet the applicable RTAT requirement, consideration willbe assessed and subject to negotiation. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERSDELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARECONSIDERED TO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITEDIN THE MAIL, TRANSMITTED BY FACSIMILE, OR SENT BY OTHER ELECTRONIC COMMERCEMETHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'SPROPOSAL CONSTITUTES BILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS ASDETAILED HEREIN. Early and incremental deliveries accepted and preferred. FAR Part 12 Applies. This is a competitive requirement. Offers will be evaluated by Lowest PriceTechnically Acceptable (LPTA).

Contact Information

Contracting Office Address

  • PHILADELPHIA 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5098
  • USA

Primary Point of Contact

Secondary Point of Contact





History