Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2024 SAM #8382
SOLICITATION NOTICE

29 -- PUMP ASSEMBLY,FUEL

Notice Date
11/6/2024 5:18:48 AM
 
Notice Type
Solicitation
 
NAICS
336310 — Motor Vehicle Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N00104-25-Q-XA01
 
Response Due
11/6/2024 9:00:00 AM
 
Archive Date
11/07/2024
 
Point of Contact
Telephone: 7176053918
 
E-Mail Address
RUSSELL.W.KREIDER.CIV@US.NAVY.MIL
(RUSSELL.W.KREIDER.CIV@US.NAVY.MIL)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
TEARDOWN, EVALUATE, REPAIR AND/OR MODIFY 0001 NSN 7HH 2910-01-561-5259 PUMP ASSEMBLY,FUEL SHELF LIFE 0-00 SEE TECHNICAL REQUIREMENTS IN SECTIONS C, D, E, AND ATTACHMENTS HM QUP ICQ PMT CD PM WM CUD CT UC LP IC UCL SP MK PACK UNIT PKWT UNIT PKCU OPI N 001 000 41 1 00 GB GH D ED A 00 B 00 EFF 35.0 0.810 O PACKAGING IS IN ACCORDANCE WITH MIL-STD-2073 SHIP TO 0001AA N00104-24-U-2219 W25G1U 1 EA M/F: ""A"" CONDITION STOCK TP: 3 0001AB N00104-24-U-3029 W25G1U 1 EA M/F: ""A"" CONDITION STOCK TP: 3 0001AC N00104-24-U-3029 W62G2T 1 EA M/F: ""A"" CONDITION STOCK TP: 3 0001AD OPTION QTY UP TO 100% OF ITEM 0001 SOLICITATION NOTES: ** 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, FOB Source, CAV Reporting. C. 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. D. Only a firm-fixed (FFP), not-to-exceed (NTE), or estimated (EST) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). E. Must adhere to IUID requirements of DFARS 252.211-7003 PAGES REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF NAME OF OFFEROR OR CONTRACTOR CONTINUATION SHEET ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT N00104-25-Q-XA01 3 49 NAVSUP WEAPONS SYSTEMS SUPPORT F. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. The Government is requesting a Repair Turnaround Time (RTAT) of: ## 79 days after receipt of asset. Repair Turnaround Time (RTAT) definition: 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. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences: _____/month (contractor is to fill in #). A throughput of ""0"" (zero) 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. H. IMPORTANT NOTE: Reconciliation Price Reduction: Any asset(s) for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. However, any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If the contractor does not meet the required RTAT due to inexcusable 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: $__________. (vendor is to�fill in amount) I. Your quote MUST include the following information for justification purposes: - Repair unit price ________________ - Total price________________ - Repair Turnaround Time (RTAT) _____________ days NOTE: If you are not quoting the Government�s Requested Repair Turnaround Time (RTAT) or sooner, you must provide your company�s capacity constraints below: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ - Indicate Price Type: Firm-Fixed-Price _____ Not-to-Exceed (Ceiling Price) _____ Estimated _____ - New unit price_________________ - New unit delivery lead time____________ days - 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/BER, 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 based on: ____________________________________________________________________ ____________________________________________________________________ - Award to CAGE:________ - Inspection & Acceptance CAGE, if not the same as Award to CAGE: _________ - Facility/Subcontractor CAGE (where the asset should be shipped to), if not same as Award to CAGE. __________ - Facility/Subcontractor or Packaging Facility CAGE (where the asset will be shipped from), if not the same as Award to CAGE. ________ - Basis of quoted pricing: > Estimated costs____ > Historical repair pricing___ >Other ______________________________________________ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _______________________ (MIN of 90 Days is requested). - Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) 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% (3 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. INSPECTION AT ORIGIN ACCEPTANCE AT ORIGIN POC EMAIL: RUSSELL.W.KREIDER.CIV@US.NAVY.MIL
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4d0ecf60b2554c9d8dd470e1b2490417/view)
 
Place of Performance
Address: Mechanicsburg, PA, USA
Country: USA
 
Record
SN07258618-F 20241108/241106230104 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.