SOLICITATION NOTICE
23 -- TRAILER, BOAT
- Notice Date
- 1/17/2024 5:44:27 AM
- Notice Type
- Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010424QXA65
- Response Due
- 1/23/2024 12:30:00 PM
- Archive Date
- 02/07/2024
- Point of Contact
- Telephone: 7176054682
- E-Mail Address
-
RANDY.STOKER1@NAVY.MIL
(RANDY.STOKER1@NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N774.8|HHA|717-605-4682|randy.e.stoker.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (combo)|N/A|TBD|N00104|TBD|TBD|W25G1U, R55321|Enter Vendor DODAAC|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS Mechnanicsburg| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (NOV2023))|5|||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 days after award| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|x||x||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2023))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|336212|1000 employees|x|x|x||||||||| 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 listed in the schedule. A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to the governmentcontracting Randy Stoker at e-mail address randy.e.stoker.civ@us.navy.mil.Successful receipt of quote must be acknowledged by the contracting officer. B. General Requirements: MIL-STD Packaging, Government Source InspectionRequired. C. All freight is FOB Origin. D. This RFQ is for a BUY/Procurement. The resultant award of thissolicitation will be issued bilaterally, requiring the contractor's writtenacceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. E. Only a Firm-Fixed Price (FFP) will be accepted. F. Must adhere to IUID requirements of DFARS 252.211-7003 G. The ultimate awardee of the proposed contract action must be an authorizedsource approved by a DOD-cognizant technical authority. Award of the proposed contract action will NOT be delayed while an unauthorized source seeks to obtain authorization. Source addition is normally for future procurements of the same NSN/part number to prevent impact on current military requirements. H. Your quote should include the following information for justificationpurposes: - New procurement unit price____________________ - Total Price _____________________ - Procurement delivery lead time (PTAT) _________________ days - Award to CAGE _______________ - Inspection & Acceptance CAGE, if not at Award to CAGE _____________ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _______________ (90 Days minimum is requested). - Delivery Vehicle (If Delivery Order requested)(e.g. if your CAGE has acurrent BOA/IDIQ) I. Important Traceability Notice: If you are not the manufacturer of the material you are offering, you mustprovide an official letter and/or email from the OEM confirming that yourcompany is an authorized distributor of their items. J. OPTIONS PROSPECTIVE OPTION QUANTITY UP TO 15% NOTES: The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the government requests up to a 15% (1 EA) option for a period of 365 days. The option grants the Government theunilateral authority to increase this order up to the above quantity within 365 days from the contract award date. This will incorporate FAR Clause 52.217-6(Option for Increased Quantity) into the award. The Government may increase the quantity of supplies called for in the Schedule at the unit pricespecified. The Contracting Officer may exercise the option by written notice to the Contractor within the # of days in FAR 52.217-6 herein. Delivery of theadded items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. A modification will be completed at the time the option is exercised and all current contract termsand conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 15% option quantity for the contract after initial award (for additional qty of 1). Yes ____ or No ____ Or if you request a variation to the option please let me know in your quote. K. The government reserves the sole discretion to amend this solicitation at any time, including, but not limited to, shortening the solicitation period, extending the solicitation period, amending the terms and conditions, or canceling the solicitation all together or canceling and reissuing a new solictation. L. The government will only award this requirement if a fair and reasonable offer is received from an approved source with a valid SAM registation that has a NIST cyber security assessment score posted on PIEE and is determinedResponsible. M. Payment can only occur with a WAWF submission by the awarded contractor.Contract financing or advance payments will not be authorized for this spare requirement. N. FAR 52.204-27 - Prohibition on a ByteDance Covered Application is included on this solicitation and will be included in any resulting order. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TRAILER, BOAT . 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 TRAILER, BOAT furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;4UC72 MWA30-31HTR; 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. 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 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. 6.2 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. 6.3 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1a8ae8f939e84239b033dc5766a9e6bb/view)
- Record
- SN06937286-F 20240119/240117230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |