This tender requires pressure, temperature, and humidity measuring and controlling instruments. 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 by other electronic commerce methods. The government's acceptance of the contractor's proposal constitutes 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. The vendor shall have 90 days after receipt of the carcass(es) to complete a teardown & evaluation (TD&E) of the carcass(es) and submit a firm-fixed price (FFP) quote for the full repair effort of the carcass(es). The quote shall specify any exceptions, including but not limited to MIL-STD packaging, MIL-STD labeling, inspection & acceptance locations, packaging house, surplus materials, etc. In the 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. 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. The material identified in this contract/purchase order will be used in a crucial shipboard system; therefore, this material has been designated as a fly-by-wire (FBW) submarine flight critical component (SFCC) and identified with a special material
identification code (SMIC) on the outer wrapping. Special control procedures are invoked to assure receipt of correct material. Applicable documents, including specification revisions, must be obtained by the contractor. Refurbished material statement of work (repair SOW) - inspection, reusable parts, non-usable parts, refurbishment, additional SOW requirements, electrostatic discharge control, Navsea **** requirements manual for submarine fly-by-wire ship control systems, configuration control, waivers/deviations, engineering change proposals, mercury free, quality system requirements, contractor inspection requirements, subcontractor inspection requirements, government furnished material, traceability and certification requirements, material traceability codes, receiving inspection, material handling, material marking, retention of records, certification test report, quality assurance requirements, 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. All documents and drawings provided by the US Navy to prospective 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. Ordering information for document references is included as an attachment to this contract/purchase order. Availability of cancelled documents, commercial specifications, standards, and descriptions, ordnance standards, weapons specifications, and Navord OSTD 600 pages are available from government sources. Nuclear reactor publications assigned Navsea documents and
identification numbers are to be ordered from a specific address. Technical manuals assigned Navsea
identification numbers are to be ordered from a specific address. Interim changes and classified specifications must be obtained by submitting a request on DD Form **** to Navsup-WSS.