This notice outlines the requirements for the repair of miscellaneous power transmission equipment. The contract is a fixed-price, requiring a firm fixed price quote for the full repair effort. The vendor must have 30 days after receipt of the equipment to complete a teardown evaluation and submit a quote. The quote must include the cost of new parts for evaluation purposes and specify any exceptions, including packaging, labeling, and inspection locations. The contractor must obtain final inspection and acceptance by the government within the established turnaround time (RTAT). The resultant award will be issued bilaterally, requiring the contractor's written acceptance prior to execution. All contractual documents are considered issued when copies are deposited in the mail, transmitted by facsimile, or sent via other electronic commerce methods. The government's acceptance of the contractor's proposal constitutes a bilateral agreement to issue contractual documents. If the offeror is not the original end manufacturer (OEM), the OEM must be stated, and the offeror must provide a signed letter of authorization as a distributor on the OEM's letterhead. If the 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. Any contract awarded will be deemed certified for national defense under the Defense Priorities and Allocations System (DPAS). The vendor must have a 95-day turnaround time. The price reductions will be implemented via a reduction modification at the end of contract performance. The contractor must obtain final inspection and acceptance by the government for all assets within the RTAT established in the resulting contract. Quotes shall reference the proposed RTAT and any capacity constraints. Mercury and mercury-containing compounds must not be intentionally added or come in direct
contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. The contractor must maintain the total equipment baseline configuration. For items of proprietary design, contractor drawings showing the latest assembly configuration must be provided to the government in electronic C4 format. Waivers and deviations must be designated as critical, major, or minor. All waivers and deviations require review and approval by the contracting officer. A copy of approved waivers and deviations with related OQE must be submitted via e-AWF as part of the entire OQE package. Requests must include a complete description of the contract requirement affected, the nature of the waiver/deviation, a classification of critical, major, or minor, the number of units and serial lot numbers to be delivered in this configuration, any impacts to logistics support elements, and information about remedial action being taken to prevent reoccurrence of the non-conformance. All requests for waivers/deviations on NAVSUP WSS contracts must be submitted using the ECDS electronic contractor data submission system. The government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the equipment and its sub-assemblies. The contractor must submit an engineering change proposal (ECP) for any class I or II changes that impact the equipment covered by this contract. ECPs must be prepared in contractor format and must include the following information: the change priority, change classification (class I or class II), and change justification; a complete description of the change to be made and the need for that change; a complete listing of other configuration items impacted by the proposed change and a description of the impact on those CIs; proposed changes to documents controlled by the government; recommendations about the way a retrofit should be accomplished; impacts to any logistics support elements; im