SOLICITATION NOTICE
61 -- CABLE ASSEMBLY,SPEC
- Notice Date
- 3/8/2024 1:28:25 AM
- Notice Type
- Solicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010424QXB89
- Response Due
- 4/8/2024 1:30:00 PM
- Archive Date
- 04/23/2024
- Point of Contact
- Telephone: 7176053918
- E-Mail Address
-
RUSSELL.W.KREIDER.CIV@US.NAVY.MIL
(RUSSELL.W.KREIDER.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N774.3|BV5|717-605-3918|russell.w.kreider.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)||To Be Determined|N00104|To Be Determined|To Be Determined|See Schedule|See Schedule|See Schedule||To Be Determined|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS Mechanicsburg| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (FEB2024))|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 days| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|335311|800 emp|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(s) listed in the schedule. ^^ A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to Russell.w.kreider.civ@us.navy.mil. B. General Requirements: MIL-STD Packaging, Government Source Inspection Required. C. All freight is FOB Origin. D. This RFQ is for a BUY/Procurement. 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. 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 authorized source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. H. Your quote should include the following information for justification purposes: - 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 a current BOA/IDIQ) I. Important Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide an official letter and/or email from the OEM confirming that your company is an authorized distributor of their items. J. OPTIONS PROSPECTIVE OPTION QUANTITY UP TO 100% 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 100% (12 EA) option for a period of 365 days. The option grants the Government the unilateral authority to increase this order up to the above quantity within 365 days of 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 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. A modification will be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% option quantity for the contract. Yes ____ or No ____ Or if you request a variation to the option please let me know in your quote. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CABLE ASSEMBLY,SPEC . 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. 2.2 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. DOCUMENT REF DATA=IPC-J-STD-001 | | | | |A| | | DOCUMENT REF DATA=MIL-STD-130 | | |N |120116|A| | | DOCUMENT REF DATA=IPC-A-610 | | | | |A| | | DOCUMENT REF DATA=MIL-C-3885 | | | | |A| | | DOCUMENT REF DATA=MIL-M-81531 | | | |060210|A| | | DOCUMENT REF DATA=MIL-DTL-19595 | | |D |080210|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT CHANGE DATA=MIL-P-19595 |MIL-DTL-19595 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CABLE ASSEMBLY,SPEC furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;99251 6195778 0HEV9 6195778; 3.2 Marking - This item shall be physically identified in accordance with ;mil-std-130; . 3.3 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.3.1 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. 3.4 Vendor Waivers/Deviations - Compliance with the delivery date and technical requirements of NAVICP-MECH Repair Part Material contracts is expected. As a cautionary note, seller intended use of any material which is not in full compliance with the specified contract technical requirements shall be identified as an exception in response to this solicitation. Request for delivery date extensions and waivers/deviations shall be accompanied by an explanation of the cause for the delay, or the reason for the requested nonconformance to this solicitation in the event the Procurement Contracting Officer (PCO) concurs with your request. Request for waivers/deviations shall provide justification for the requested change including an evaluation which demonstrates that proposed nonconformance will not affect the quality, form, fit, or function of the part. Requests for Waiver/Deviations shall be presented to the Government Quality Assurance Representative (QAR) for comment. (The QAR shall forward the request, with their comments, directly to the post award PCO within five working days after receipt.) 3.5 Configuration Control in accordance with MIL-STD-973 Short Form procedures - The requirements of MIL-STD-973 are hereby invoked in the contract/purchase order. The tailoring notes stated in the order cited in paragraph 6.2.1.3 are stated below: A. Considered, tailoring implemented B. Automated processing and submittal is not required. Interactive access to digital data is not required. C. Configuration audits are not required. D. Contractor's configuration management plan is not requried. E. Configuration terminology development documentation is required. F. Only paragraphs 5.3.3.2, 5.3.6.4, 5.3.6.7, 5.3.6.7.3 are required. G. FCD is not required. H. ACD and PCD is not required. I. Not Applicable (NA) to this contract/purchase order. J. NA to this contract/purchase order. K. NA to this contract/purchase order. L. Paragraph 5.3.6 with the exception of paragraph 5.3.6.5 and 5.3.6.7.1 are required. M. Paragraph 5.3.6.6 and 5.3.6.6.2 are required. N. Paragraph 5.3.6.6.1 is not required unless specifically cited elsewhere in Section ""C"" of this contract/purchase order. O. The marking requirement is stated elsewhere in Section ""C"" of this contract/purchase order. P. Interface requirements are as specified on the drawings provided with this contract/purchase order or the primary equipment performance MIL-SPEC or STD cited in Section ""C"" of this contract/purchase order. Q. NA to this contract/purchase order. R. All Class I changes to either a Government owned Configuration Identification (CI) or baseline configuration shall be submitted to the Procurement Contracting Officer for review and subsequent approval - conditional approval or disapproval. NDI, COTS, and PDI items previously accepted by the Government shall be submitted as above. This process does not excuse the contractor from initially offering to the Government an item which meets the minimum technical and operational requirements set forth in this contract/ purchase order. S. Preliminary Change Notices and Advance Change Study Notices are not required. T. NA to this contract/purchase order. U. and V. Class II Engineering Change Proposal (ECP) may be carried through provided the Government QAR reviews and concurs with the classification review which resulted in the ECP being classified as Class II. W. Paragraph 5.4.3 is required. X. Paragraph 5.4.4 is required. Y. NORS are not required for this contract/purchase order. Z. Short Form procedures are allowed. AA. Paragraph 5.5.2 is not required for this contract/purchase order. AB. Paragraph 5.5.7 is not required for this contract/purchase order. AC. Paragraph 5.5.8 is not required for this contract/purchase order. AD. Paragraph 5.6.2 is not required for this contract/purchase order. AE. Paragarph 5.6.3 is not required for this contract/purchase order. AF. Paragraph 5.4.2.2.3.2b is not required for this contract/purchase order. 3.6 Non-Magnetic Inspection shall be in accordance with MIL-DTL-19595. 3.7 The contractor shall notify the Government testing activity ;30; days prior to shipment of material to be tested. 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 Production Lot Test - The Contractor shall deliver ;ALL; unit(s) to ;Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal TechnologyDivision (South Campus) 2008 Stump Neck Road, Indian Head, MD. 20640 BLDG 2195 Attn: Cory Legagneux; for 100% production lot testing in accordance with ;For specifications for drawing 6195778, And all associated drawings and specification associated with drawing 6195778.; . Upon satisfactory completion of the production lot test, the Government facility shall prepare and package the unit(s) for transshipment to final shipment destination(s) in accordance with the requirements of this contract/purchase order. 4.5 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 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. 6.4 ;All vendors are required to submit Material C of C?s on all First Article (FA) and Production Lot Testing (PLT) materials arriving for final acceptance inspection.; ""J. OPTIONS PROSPECTIVE OPTION QUANTITY UP TO 100% 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 100% (12 EA) option for a period of 365 days. The option grants the Government the unilateral authority to increase this order up to the above quantity within 365 days of 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 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. A modification will be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% option quantity for the contract. Yes ____ or No ____ Or if you request a variation to the option please let me know in your quote. ""
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1cd4e7c89d8a4429bdb91332611b1710/view)
- Record
- SN06991105-F 20240310/240308230109 (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 |