SOLICITATION NOTICE
28 -- POWER UNIT,GAS TURB
- Notice Date
- 5/24/2024 3:48:54 AM
- Notice Type
- Solicitation
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
- ZIP Code
- 19111-5098
- Solicitation Number
- N0038324RD201
- Response Due
- 6/24/2024 11:00:00 AM
- Archive Date
- 07/09/2024
- Point of Contact
- Telephone: 2156973563
- E-Mail Address
-
ASHLEIGH.V.YOUNG.CIV@US.NAVY.MIL
(ASHLEIGH.V.YOUNG.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N721.17|B1M|215-697-1357|ashleigh.v.young.civ@us.navy.mil| COMMERCIAL PRODUCT PROCUREMENT NOTICE|5|||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x|||||||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO|N/A|TBD|N00383|TBD|TBD|See Schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (NOV 2023)|9|||||||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAY 2024))|82||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CONTINUED: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (FEB 2024))|15|||||||||||||||| OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIALSERVICES (MAY 2024))|3|||| 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 (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|12|333611|1500||||||||||| TYPE OF CONTRACT (APR 1984)|1|| 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||||| Repair Turnaround Time (RTAT) definition: The 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 the subsequent contract. Required RTAT: 730 days after receipt of asset. Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in #). A throughput of ## per month reflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. Reconciliation:A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under the subsequent contract. The parties have agreed to a price (shown on the schedule page) for each unit at the negotiated RTAT. Such prices are based on the Contractor meeting the RTAT requirements described within the schedule page. If the Contractor does not meet the applicable RTAT requirement, consideration will be assessed and subject to negotiation. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERSDELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARE CONSIDERED TO BE ""ISSUED"" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FACSIMILE, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO ""ISSUE"" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. Early and incremental deliveries accepted and preferred. FAR PART 12 APPLIES. This is hereby a competitive requirement. \ 1. SCOPE ITEM MUST BE OVERHAULED IAW STATEMENT OF WORK DATED 01 JUN 2023. THE REPAIR OF F-18 APU PART NUMBER 3800076-9. ITEM MUST BE OVERHAULED IAW STATEMENT OF WORK DATED 01 JUNE 2023. THIS IS A HARDCOPY SOW AND CDRL. HARDCOPY SOW AND CDRL CAN BE OBTAINED FROM N231 SOURCE DEVELOPMENT. THE FAT WILL BE PERFORMED AT FLEET READINESS CENTER EAST (GOVERNMENT FACILITY) 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE ITEM MUST BE OVERHAULED IAW STATEMENT OF WORK DATED 01 JUN 2023. THE REPAIR OF F-18 APU PART NUMBER 3800076-9. ITEM MUST BE OVERHAULED IAW STATEMENT OF WORK DATED 01 JUNE 2023. THIS IS A HARDCOPY SOW AND CDRL. HARDCOPY SOW AND CDRL CAN BE OBTAINED FROM N231 SOURCE DEVELOPMENT.THE FAT WILL BE PERFORMED AT FLEET READINESS CENTER (GOVERNMENT FACILITY). 5. PACKAGING- 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 Paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 and 10.5 apply. Block 9: Statement B, US Government, Naval Inventory Control Point Block 12: First submission to be made upon submission of ;FIRST ARTICLE TEST; testing sample. ^ Block 14: Make submission to ;PCO / FRCE; . Block 14: When NAVICP 02 is referenced in distribution, forward to the NAVICP code cited on Block 10.A. on page 1. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ Paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 and 10.5 apply. Block 9: Statement B, US Government, Naval Inventory Control Point Block 12: First submission to be made upon submission of ;FIRST ARTICLE TEST; testing sample. ^ Block 14: Make submission to ;PCO / FRCE; . ^^ Block 14: Make submission to ASO codes at time of contract completion. Block 14: When NAVICP 02 is referenced in distribution, forward to the NAVICP code cited on Block 10.A. on page 1. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ Paragraphs 10.1, 10.2, 10.2.1, 10.2.2, 10.2.4 and 10.5 apply. Block 9: Statement B, US Government, Naval Inventory Control Point Block 12: First submission to be made upon submittal of ;1M; testing sample(s). Block 14: When NAVICP 02 is referenced in distribution, forward to the NAVICP code cited on Block 10.A. on page 1. Block 3: Separate reports shall be provided for the below listed subtitles and shall include certification that all vendors performing these processes are prime (OEM) approved sources. In the case where other than the OEM's specifications are to be utilized, separate certifications are required. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ Block 6: Forward additional copy to ASO code cited in block 10.A on page 1. 1. This Data Item Description (DID) contains the format, content, and preparation instructions for the data product resulting from the work task described in paragraph 5.4.4.4 or 5.4.8.4.3 of MIL-STD-973. 2. Copies of the Request for Waiver form are available from the DODSSP, Standardization Documents Order Desk, Building 40, 700 Robbins Avenue, Philadephila, PA 19111-5094. 3. Format and content: The Request for Waiver format and content shall be in accordance with Appendix E of MIL-STD-973.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f281223b607948aa80c9d0311596899d/view)
- Record
- SN07076704-F 20240526/240524230049 (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 |