CONTACT INFORMATION|4|N742.4|WR1|(717) 605-7562|amanda.a.gowdy.civ@us.navy.mil | ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Certifications - Stand-Alone Receiving Report Material - Receiving Report & Invoice Combo|N/A|TBD|N00104|TBD|Certifications - N45404/Material - S0512A |SW3215|TBD|N/A|N/A|N/A|See form DD1423|N/A|N/A|See form DD 1423|1-866-618-5988 - WAWF Helpdesk| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WEAPON SYSTEMS SUPPORT MECH| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from date of delivery |one year from date of delivery ||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335312|1250 (# of employees)|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. Quotes shall be submitted as a firm-fixed price for the full repair effort based on the Repair Instruction or SOW. Please include the following: a. Teardown and Evaluation rate: b. RTAT: c. Throughput Constraint: d. Induction Expiration Date: A cost of new price shall also be provided in addition to the repair price. 2. This requirement will be awarded against Basic Ordering Agreement (BOA)N00024-23-G-4303 3. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 4. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 5. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant repair are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or send by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual details asdetailed herein. 6. Any contract/order awarded as a result of this solicitation will be a "DO"rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating forNational Defense, Emergency Preparedness, and Energy Program Use. 7. Final delivery of material shall be on or before 155 days after theeffective date of the resulting contract. Repair Turnaround Time (RTAT): the resultant 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 contractors 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 business day 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 Government for all assets within the RTATs established in this contract. Requested RTAT: 155 Days Quotes shall reference the proposed RTAT and any capacity constraints. 8. Offeror's must have a valid U.S. Security Clearance of CONFIDENTIAL or higher in order to respond to this RFQ N0010425QZC37 because the RFQ N0010425QZC37 includes an annex classified at the CONFIDENTIAL level which will be released only to offerors possessing the appropriate clearance. Allclassified material must be handled in accordance with the National Industrial Security Program Operating Manual (NSPOM)(DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture or refurbishment and the contract quality requirements for the MOTOR,ALTERNATING C . 2. APPLICABLE DOCUMENTS 2.1 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 must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;4456141 Rev A, Confidential; DRAWING DATA=BID123 |53711| -| |D|0001 | -|49998|0015028 DRAWING DATA=4456141 |80064| A| |X|0001 | A|00026|0000000 3. REQUIREMENTS 3.1 Refurbished Material - This item must be inspected and where necessary, refurbished to be in accordance with CAGE ;01425; , drawing ;15S337 PC 1 TO 60; ,and the applicable SUBMEPP Repair Instruction ;2460-012-0653, Rev J, Chg. 5, CSD629; , except as amplified or modified herein. 3.1.1 Parts that are replaced during refurbishment must be in accordance with this TDP (Technical Data Package) and the SUBMEPP Repair Instruction. 3.2 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD629 and CSD630 ; in ECDS at https://register.nslc.navy.mil/ 3.3 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;4456141 Rev A; and the item number to which the item was tested in lieu of the actual pressures. Any drawing requirement to mark the working pressure on the item does not apply and is strictly prohibited. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. 5.1.1 Additional Preservation, Packaging, Packing and Marking requirements are included in the referenced Refurbishment Instruction or Procurement Specification from SUBMEPP. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navy.mil/. Certification documentation must be submitted via WAWF (Wide Area Work Flow)to the maximum extent possible.