The solicitation is for the repair of engine electrical system components. The government requests a repair turnaround time (RTAT) of 133 days after receipt of the asset. The contractor must provide a throughput constraint for each NSN. The ultimate awardee must be an authorized repair source. Quotes must include repair unit price, total price, RTAT days, and new unit price. Authorized distributors of the original manufacturers item will be considered for award.
The government is requesting a repair turnaround time (RTAT) of 133 days after receipt of asset. The government is requesting a repair turnaround time rtat of: 133 days after receipt of asset.
The bid notice states that payment instructions are in Wide Area Workflow. 16 combo n a to be determined tbd **** tbd tbd w25g1u tbd tbd 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 notice of cybersecurity maturity model certification level requirements nov 2025 1 small business subcontracting plan dod contracts basic dev 2026 **** feb 2026 2 contractor purchasing system administration basic deviation 2026 **** 1 security prohibitions and exclusions class deviation 2026 **** feb 2026 7 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 alternate a, annual representations and certifications deviation 2026 **** feb 2026 13 x x notice of priority rating for national defense, emergency perpardeness, and enrgy progam use april **** 2 x 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 ***@***. *. * 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 contractors 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 **** **** 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: 133 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 contractors 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: 180 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 governments 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 new unit price note: if you are not quoting the governments requested repair turnaround time rtat or sooner, you must provide your companys capacity constraints below: 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. 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 1. scope 1. 1 this contract purchase order contains the requirements for repair and the contract quality requirements for the starter, air turbine . 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 starter, air turbine 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 **** **** 3. 2 marking this item shall be physically identified in accordance with mil std 130, rev n, 16 nov **** . 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 manufacturers 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. 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 contractors 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 manufacturers 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 **** 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 ****, 101 strauss avenue indian head, md **** **** 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 **** **** carlisle pike p. o. box 2020 mechanicsburg, **** **** f. nuclear reactor publications assigned navsea documents and identification numbers i. e. navsea welding standard, navsea 250 **** 1 are to be ordered enue: commanding officer navsup wss code 009 **** carlisle pike p. o. box 2020 mechanicsburg, **** **** g. technical manuals assigned navsea identification numbers i. e. navsea welding and brazing procedure, navsea **** aq gib 010 248 are to be ordered from: commanding officer navsup wss code 1 support branch 700 robbins avenue philadelphia, **** **** h. interim changes and classified specifications must be obtained by submitting a request on dd form **** to navsup wss. 6. 2 in accordance with opnavinst **** 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 ****61. 6. 3 notice to distributors offerors consideration for award of contract shall be given only to authorized distributors of the original manufacturers 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.
The ultimate awardee of the proposed contract action must be an authorized repair source. f. the ultimate awardee of the proposed contract action must be an authorized repair source.
Offerors must be authorized distributors of the original manufacturers item. offerors consideration for award of contract shall be given only to authorized distributors of the original manufacturers item represented in this solicitation.
Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit per month the contractor is late. 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.