The offer due date for this solicitation has been extended indefinitely due to a delay in the drawings being available on SAM. gov. The new deadline is 4:30 PM EST on September 5, 2025. Past performance will be considered in the evaluation of offers. The resultant award will be issued bilaterally, requiring the contractor's written acceptance prior to execution. A proposed delivery schedule is outlined, with specific timeframes for different tasks. Drawings are available on the SAM. gov website, but access is restricted and requires approval. The US Navy will pay for all transportation to and from the repair site. Offers must be submitted as a firm fixed price for the full repair effort. Any additional repair efforts beyond the statement of work may be submitted as an over and above request. A cost of new price must also be provided in addition to the repair price. The contract order will be a do rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). The resultant contractual delivery requirement is measured from asset return to the date of asset acceptance. The contractor must obtain final inspection and acceptance by the government for all assets within the established turnaround time (RTAT). The requested RTAT is 110 days. Offers should reference the proposed RTAT and any capacity constraints. Contact information is provided for those interested in pursuing certification as a designated overhaul point (DOP). This is a level 1 repair. The material covered in this contract purchase order will be used in a crucial shipboard system. The material has been designated as special emphasis material level I. Additional requirements for oversight by the subsafe supervising authority must be met by the contractor. Upon completion of inspection, the item must be refurbished to be in accordance with specific drawings and maintenance standards. A parts list of items that are required to be pre-certified as level I, SMIC LI or SMIC Q3 is provided. All subsafe work must be performed by a NAVSEA Note **** authorized designated overhaul point (DOP) under re-entry control (REC) and with oversight of the designated supervising authority, NSWC PD N64498. The cognizant contracting authority, cognizant supervising authority, the in-service engineering agent and DCMA Navy Special Emphasis Operations (NSE) quality assurance representative reserve the right to perform in-process
reviews surveillance of the contractor work at any time. The contractor must participate and cooperate with such
reviews as required. All documents and reference data applicable to this contract must be available for
review by the NSE government representative. Copies of documents required for government inspection purposes must be furnished in accordance with the instructions provided by the NSE government representative. The corporate component repair program (CCRP) serial number is a unique and permanent serial number assigned by the DOP that originally inducted the component into the CCRP program. All uro mrc inspections are required to be completed and documented. The CCRP certificate of compliance (COC) is required to meet all the requirements of the applicable COC from Uipi **** 902 enclosure 5 and must be
reviewed by the subsafe supervising authority, NSWC PD **** completed copy must be placed in the shipping container with the refurbished asset prior to shipping. The completed REC package will be
reviewed and accepted by the subsafe supervising authority, NSWC PD **** completed copy must be placed in the shipping container with the refurbished asset prior to shipping. Preservation, packaging, packing and marking must be in accordance with the contract purchase order schedule and as specified below. Mil std **** packaging applies as found elsewhere in the schedule. Several definitions of terms that apply to CSI items are listed. The ECDS electronic contractor data submission system is at: https:register. nsl