Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2025 SAM #8501
SOLICITATION NOTICE

59 -- 59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF

Notice Date
3/5/2025 4:40:54 AM
 
Notice Type
Solicitation
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010424QDE04
 
Response Due
3/31/2025 1:30:00 PM
 
Archive Date
04/15/2025
 
Point of Contact
Telephone: 7176055805
 
E-Mail Address
JULIE.SMITH2@NAVY.MIL
(JULIE.SMITH2@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N712.24|AAJ|717-605-5850|julie.smith2@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|Invoicing and receiving report (COMBO)||HQ0338|N00104|S2404A|S1002A|See schedule|See Schedule|||S1002A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| 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 (MAY 2024)|13|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| This solicitation is hereby amended to extend the offer due date to 3/31/2025. All other terms and conditions remain the same. \ The purpose of this amendment is to: Increase the quantity for testing Incorporate TDP Extend the offer due date The quantity for testing is increased to 57. TDP is now incorporated. This requirement is not a standard repair of assets. The requirement is to inspect and evalute through testing and analysis to determine if turned in assets from the fleet are not in a faulty condition. The offer due date is extended to 3/6/2025. All other terms and conditions remain the same. \ This solicitation is hereby amended to extend the due date to 2/19/2025. All other terms and conditions remain the same. \ This solicitation is amended to extend the due date to 10/25/2024. All other terms and conditions remain the same. \ Please quote a FFP price to test units. Test and Return to the Government. Test Results are not required. Test resulting in ""Pass"" shall be returned in ""A"" Condition. Test resulting in ""Fail"" shall be returned in ""F"" Condition. Additional return details will be provided upon award. The vendor is required to comply with the Commercial Asset Visibility (CAV) ofthe asset(s) in this purchase order in accordance with NAVSUPWSSFA24. \ 1. SCOPE 1.1 ;Scope of work will be in accordance with the requirements section of TDP.; 2. APPLICABLE DOCUMENTS 2.1 ;Repair source will perform in accordance with its own applicable documents and testing procedures.; 3. REQUIREMENTS 3.1 ;METHOD OF REPAIR IS SOLE SOURCE BY REFERENCE NUMBER (PART NUMBER, CATALOG NUMBER, DRAWING NUMBER, ETC.), In accordance with cage 52088, part number B1021, inspection, evaluation, testing, diagnostic, and analysis procedures. The repair requirement for this contract is to evaluate if assets that were turned in by fleet customers, have a detectable fault which placed assets in ""F"" condition. Due to obsolescence issues, the following repair service will be performed: Screen Circuit Cards by performing physical inspection, testing/analysis/diagnostics, to evaluate the functional state of the Circuit Cards. Upon screening, identify/reclassify cards that are fully operational (to Condition Code A). Identify/reclassify cards that fail diagnostics, but are tactically operational (to Condition Code B). Cards that do not meet this criteria will remain in F condition (non-serviceable). BER in place is not authorized. All assets will be returned to government.; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 ;Copies of reports shall be in accordance with DID DI-MISC-80508B, TECHNICAL REPORT-STUDY/SERVICES, TEST ANALYSIS REPORT, REMARKS BLOCK 16. A copy of report will be sent to the following Adressee: NAVSUP WSS N7 Primary Contracting Officer. PHD CODE 61: Aristeo Nario: aristeo.l.nario.civ@us.navy.mil Michael Patterson: michael.c.patterson1.civ@us.navy.mil Sean Gonzales: sean.p.gonzales.civ@us.navy.mil Debbie Acosta: debbie.a.acosta.civ@us.navy.mil 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 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 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. DATE OF FIRST SUBMISSION=ASREQ BLK 4: IN LIEU OF THE REQUIREMENTS SPECIFIED IN DI-MISC-80508B, UTILIZE THE FOLLOWING FORMAT: THE REPORT SHALL BE PROVIDED ELECTRONICALLY IN MICROSOFT EXCEL. VENDOR MAY USE ITS OWN FORMAT WHEN EDITING EXCEL DOCUMENT. EXCEL DOCUMENT SHOULD IDENTIFY NSN, PART NUMBER, SERIAL NUMBER, TEST ANALYSIS FAULT/RESULTS FOUND DURING PHYSICAL INSPECTION, EVALUATION, AND TESTING/DIAGNOSTIC RESULTS. DOCUMENT SHALL ALSO PROVIDE THE CONDITION CODE CLASSIFICATION/RECLASSIFICATION WHEN ANALYSIS IS COMPLETE. BLK 7: LETTER OF TRANSMITTAL WILL BE DELIVERED ELECTRONICALLY VIA EMAIL NOTIFICATION. BLK 10/12: VENDOR WILL PROVIDE A COPY OF TEST ANALYSIS REPORT WITHIN 7 DAYS, AFTER COMPLETION OF WORK. BLK 14: DISTRIBUTION SHALL BE MADE BY ELECTRONIC MAIL. ADDRESSES FOR REPORT DISTRIBUTION SHALL BE OBTAINED FROM THE NAVSUP WSS PRIMARY CONTRACTING OFFICER.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2734f265d4749468ab36945c92f20e8/view)
 
Record
SN07362188-F 20250307/250307070538 (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.