GUN CONTROL UNIT, IN REPAIR/MODIFICATION OF

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
Category:
  • 10 - Weapons
Posted: Aug 7, 2022
Due: Feb 1, 2023
Solicitation No: N0010422QUE68
Publication URL: To access bid details, please log in.
Follow
10--GUN CONTROL UNIT, IN REPAIR/MODIFICATION OF
Active
Contract Opportunity
Notice ID
N0010422QUE68
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP WEAPON SYSTEMS SUPPORT
Sub Command 2
NAVSUP WSS MECHANICSBURG
Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH
General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 05, 2022 03:56 am EDT
  • Original Date Offers Due: Feb 01, 2023 12:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1005 - GUNS, THROUGH 30MM
  • NAICS Code:
    • 333999 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
Description
CONTACT INFORMATION|4|N711.9|BM4|7176054385|derek.j.ford5.civ@us.navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and receiving report (combo)|N/A|TBD|N00104|TBD|TBD|see schedule|TBD|N/A|N/A|TBD||||||
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(DEVIATION 2020-O0019) (MAR 2022))|3||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13||||||||||||||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3||||
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2022)|13|332994|1000||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|||
PLEASE PROVIDE REPAIR PRICE AS NOT-TO-EXCEED. PLEASE CONSIDER THE FOLLOWING:
Include repair price with all costs associated with receipt and complete repair of material that may be in un-whole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV reporting.
Also, Please provide:
Teardown & Evaluation rate:__________________
RTAT:_________________
Throughput Constraint:__________________
Induction Expiration Date:_________________
Price Reductions:
Any assets for which the contractor does not meet the required RTAT will incur a price reduction of 1% per asset per month extension requested. This adjustment will be implemented via a Reconciliation Modification at the end of 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.
Reconciliation:
A reconciliation modification will be issued after final Inspection and acceptance of all assets inducted under this 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 theapplicable RTAT requirement, the price adjustment as stated shall be applicable.
The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution.
Companies who are not currently a technical-approved source for the solicited item and are interested in doing business with NAVSUP can express their interests by completing a Vendor Interest Form at the NAVSUP Business Opportunities web portal at h
https://www.navsup.navy.mil/public/navsup/business_opps/. The award action for the current solicited requirement will not be held up for attaining approval of an offeror that is not currently technically acceptable by the government for this item.
All transportation to/from repair site will be paid for by US Navy.
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 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.
1. SCOPE
1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the GUN CONTROL UNIT .
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.
3. REQUIREMENTS
3.1 Cage Code/Reference Number Items - The GUN CONTROL UNIT 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.
;94697 CB07765-001;
3.2 Marking - This item shall be physically identified in accordance
with ;MIL-STD-130, REV N, 16 NOV 2012; .
3.3 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.
3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material
will be cause for rejection.
If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The
contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting
Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part.
The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of
contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are
located so as not to constitute a contamination hazard.
If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a
polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the
requirements of this contract are concerned.
These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements.
Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided:
Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a
component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface
ship atmosphere.
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 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
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.
6.3 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.
Attachments/Links
Links
Display Name Updated Date
See Solicitation N0010422QUE68 (opens in new window) Aug 05, 2022
Contact Information
Contracting Office Address
  • P O BOX 2020 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17050-0788
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 05, 2022 03:56 am EDTSolicitation (Original)

Related Document

Aug 4, 2022[Presolicitation (Original)] 10--GUN CONTROL UNIT, IN REPAIR/MODIFICATION OF
Jan 13, 2023[Solicitation (Updated)] 10--GUN CONTROL UNIT, IN REPAIR/MODIFICATION OF
Mar 24, 2023[Solicitation (Updated)] 10--GUN CONTROL UNIT, IN REPAIR/MODIFICATION OF
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow FD2030-24-00093 Active Contract Opportunity Notice ID FD2030-24-00093 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 11/13/2024

Follow QUICK ACTING AIRTIGHT DOOR Active Contract Opportunity Notice ID N0040624Q00670001 Related Notice

Federal Agency

Bid Due: 11/16/2024

Follow CustomerX Vendor Pool and Subsequent Pods (CSO HT003823SC001) Active Contract Opportunity Notice

Federal Agency

Bid Due: 10/18/2024

Follow Q402--Nursing Home Services | VISN 8 Open and Continuous Solicitation Active Contract

Federal Agency

Bid Due: 7/14/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.