SOLICITATION NOTICE
61 -- MOTOR,ALTERNATING C
- Notice Date
- 4/2/2025 2:09:51 AM
- Notice Type
- Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010425QYE33
- Response Due
- 5/2/2025 1:30:00 PM
- Archive Date
- 05/17/2025
- Point of Contact
- Telephone: 7176056561
- E-Mail Address
-
SEANA.M.STEINER.CIV@US.NAVY.MIL
(SEANA.M.STEINER.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N741.8|HW6BB|N/A|SEANA.M.STEINER.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material|STAND-ALONE REQUIREMENT|TBD|N00104|TBD|TBD|TBD|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|1-866-618-5988 - WAWF Helpdesk| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025) (DEVIATION 2025-O0003)|13|335312|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. Please provide repair price as Estimated (EST) for the full repair effort ofthe requirement and specify on quote. 3. Vendor shall have 90 days after receipt of carcass(es) to complete a teardown & evaluation of the carcass(es) and submit a FFP quote for the full repair effort of the carcass(es). 4. When submitting quote, please include cost of new (actual or estimated) for evaluation purposes. 5. When submitting a quote, specify any exceptions (i.e. MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus material, etc.). If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 6. In repair price, include all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV Reporting. Also provide the following information: a. Teardown & Evaluation Rate: b. Repair Turn Around Time (RTAT): c. Throughput Constraint: d. Induction Expiration Date: 7. The Contractor must obtain final inspection and acceptance by the Governmentfor all assets within the RTAT established in the resulting contract. a. Requested RTAT: 270 Days 8. Quotes shall reference the proposed RTAT and any capacity constraints. 9. All contractual documents (i.e. contracts, purchase orders, task orders, delivery 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 set be other electronic commerce methods suchas email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. 10. If requirement will be packaged at a location different from the Offeror's address, the Offeror shall provide the Name, Street Address and CAGE of the Packaging Facility. 11. If the Offeror is not the Original End Manufacturer (OEM) of the material called out in the requirement, the OEM must be stated (Company Name and CAGE) and the Offeror must be able to provide traceability documentation if requested. Examples of documentation may include but are not limited to: a. Purchase order/invoice between Offeror and the OEM identifying the part number, revision level and quantities. b. OEM packing slip or certification identifying the part number, revision level and quantities. 12. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 13. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations whenthe contract to be awarded will be a rated order. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the MOTOR,ALTERNATING C . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The MOTOR,ALTERNATING C repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;7Z9Y6 113-18-1407-0 REV12; 3.2 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. 3.3 Marking - This item shall be physically identified in accordance with ;MIL-STD-130 H 01 DEC 93; . 4. QUALITY ASSURANCE 4.1 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. 4.2 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. 4.3 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/471adb4259164d849897360353a7a7c3/view)
- Record
- SN07395549-F 20250404/250402230053 (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 |