CONTACT INFORMATION|4|N7M1.23|HF4|7712291604|KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL|ITEM UNIQUE
IDENTIFICATION AND VALUATION (JAN 2023)l19||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE
(AUG 1996)12111 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023}|16|COMBO INVOICE AND
RECEIVING|TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|SEE SCHEDULE||TBD|||||| NAVY USE OF
ABILITYONE SUPPORT CONTRACTOR- RELEASE OF OFFEROR INFORMATION (3-lS}}|||WSS|ALTERNATE A, ANNUAL
REPRESENTATIONS AND CERTIFICATIONS (OCT 2024}11311111111111111 ANNUAL REPRESENTATIONS AND
CERTIFICATIONS (MAR 202S)(DEVIATION 2025-00003 AND2025-O0004}}|13|333914|750|x|x||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND
ENRGY PROGAM
USE (APRIL 2008)}12||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.
The Government is seeking a Repair Turnaround Time (RTAT) of: 166 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:__________
The Government intends to add an option quantity to the resultant contract.
In reference to the option quantity, the Government may increase the quantity
of supplies called for in the Schedule at the unit price specified. The
Contracting Officer may exercise the option by written notice to the
Contractor within the number of days in FAR 52.217-6 herein. Delivery of the
added items shall continue at the same rate as the like items called for under
the contract, unless the parties otherwise agree.
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: KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL
|SCOPE 1.1 This contract/purchase order contains the requirements for repair
and the contract quality requirements for the PUMP,RECIPROCATING. 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.
3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The PUMP,RECIPROCATING 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.
;D35EKSTHFECB; 3.2 Marking - This item shall be physically identified in accordance with
;MIL-STD-130, REV N, 16 NOV 2012;. 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. 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 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 -
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. 4.4 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 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 873215450 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. 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 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.