16–Processor, Special16–Processor, Special
CONTACT INFORMATION|4|N721.10|B1N|609-284-3898|[email protected]|rCOMMERCIAL ITEM PROCUREMENT NOTICE – AWARD|4|||||rITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||rHIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x||||||||rINSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x||||||||||||||rTIME OF DELIVERY (JUNE 1997)|20|||||||||||||||||||||rSTOP-WORK ORDER (AUG 1989)|1||rWIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report combo |N/A|TBD|N00383|TBD|TBD|See schedule|TBD|||TBD||||||rNAVY USE OF ABILITYONE SUPPORT CONTRACTOR – RELEASE OF OFFEROR INFORMATION (3-18))|1||rVALUE ENGINEERING (JUN 2020)|3||||rINTEGRITY OF UNIT PRICES (NOV 2021)|1||rWARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 months|60 days after discovery of defect|||||rEQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||rTRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2|||rBUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11||||||||||||rLIMITATION OF LIABILITY–HIGH-VALUE ITEMS (FEB 1997)|1||rCONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS–COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|80||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| rCUTIVE ORDERS–COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| r|13||||||||||||||rBUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5||||||rBUY AMERICAN–BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1||rROYALTY INFORMATION (APR 1984)|1||rANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250|||||||||||rFACSIMILE PROPOSALS (OCT 1997)|1||rNOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x|rTHIS SOLICITATION IS FOR THE FURNISHING OF:rNSN: 0RH 1680 016662269rPN: 940-0431-001rQTY: 41 EA.rPLEASE SUBMIT QUOTE VIA EMAIL TO [email protected] BY THE DUErDATE SPECIFIED ON PAGE 1, BLOCK 10.rTHESE ITEMS REQUIRE GOVERNMENT SOURCE APPROVAL PRIOR TO AWARD.rIF YOU ARE NOT AN APPROVED SOURCE, YOU MUST SUBMIT, TOGETHER WITHrYOUR PROPOSAL, THE INFORMATION DETAILED IN THE NAVSUP WSS SOURCErAPPROVAL BROCHURE WHICH CAN BE OBTAINED ONLINE ATrhttps://www.navsup.navy.mil/public/navsup/wss/business_opps/rUNDER “COMMODITIES.” OFFERS RECEIVED WHICH FAIL TO PROVIDE ALL DATArREQUIRED BY THE SOURCE APPROVAL BROCHURE WILL NOT BE CONSIDERED FORrAWARD UNDER THIS SOLICITATION. PLEASE NOTE, IF EVALUATION OF A SOURCErAPPROVAL REQUEST SUBMITTED HEREUNDER CANNOT BE PROCESSED IN TIMErAND / OR APPROVAL REQUIREMENTS PRECLUDE THE ABILITY TO OBTAIN SUBJECTrITEMS IN TIME TO MEET GOVERNMENT REQUIREMENTS, AWARD OF REQUIREMENTrMAY BE CONTINUED BASED ON FLEET SUPPORT NEEDS.rALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS,rDELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARErCONSIDERED TO BE “ISSUED” BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITEDrIN THE MAIL, TRANSMITTED BY FACSIMILE, OR SENT BY OTHER ELECTRONIC COMMERCErMETHODS, SUCH AS EMAIL. THE GOVERNMENT’S ACCEPTANCE OF THE CONTRACTOR’SrPROPOSAL CONSTITUTES BILATERAL AGREEMENT TO “ISSUE” CONTRACTUAL DOCUMENTS ASr DETAILED HEREIN.rEarly and incremental deliveries accepted and preferred.rr1. SCOPEr1.1 . Markings shall be in accordance with MIL-STD-130.r2. APPLICABLE DOCUMENTS – NOT APPLICABLEr3. REQUIREMENTSrThe contractor shall maintain a quality control system which meets the requirements of Mil-I-45208A, Mil-Q 9858,ISO-9000 / 9001 / 9002 or equivalent.rRESPONSIBILITY FOR INSPECTION: Unless otherwise specified, the contractor is responsible for the performance of all inspection requirements as specifiedrherein. Except as otherwise specified, the contractor may use his own or any other facility suitable for the performance of the inspection requirements specified herein.rPROCEDURES:The contractor shall prepare and maintain Quality ControlrDocumentation, test and repair procedures, and inspection procedures which shall be made available to the Government for review and approval. The procedures shall include sequential diagrams of the test, repair, and inspection process, as well as therperformance spcifications to perform the procedures.rQUALITY ASSURANCE PROGRAM PLAN: The contractor shall develop, implement and maintain a Repair Quality Plan in compliance with the requirements of Mil-I-45208A, Mil-Q-9858, ISO,9000 / 9001 / 9002, or equvalent.The plan shall define the specific methods by whichrcompliance with contractual requirementsrwill be assured. All quality assurance data shall be provided to the Government for review and approval upon request.rPURCHASED MATERIAL CONTROL: The contractor shall establish and maintain a system of control over purchased material which shall assure that the necessary requirements of this contract are included. in all subrcontract agreements. A parts control system shall establish a record of performance for each purchased and internally manufactured part and shall be used to evaluate continued use of the source. The contractors control system shall be in compliance wilreither Mil-I 45208A/Mil-Q-9858 or equivalent Quality Quality Assurance Standared.(ISO/AS:9000, 9001, 9002).rRECEIVING INSPECTION OF PURCHASED MATERIAL: Purchased items shall be inspected upon receipt at the contractors facility to assure conformance with all requirements of the Technical Data Package (TDP). Evidence of such inspections shall be maintained forrGovernment review at least twelve (12) months following acceptance of the end item. Inspection reports shall be maintained by the contractor. The inspection report shall, at a minimum, include a record of all dimensional data (coordinate/positional), material,rfinish, and process with appropriate pass/fail criteria, such ascertifications, and actual dimensional readings.rFAILURE ANALYSIS AND CORRECTIVE ACTION:All failure analysis and corrective action reports/plans shall be submitted to the Government.rNONCONFORMING MATERIAL:The contractor shall establish an effective system for controlling nonconforming material including procedures for identification, segregation, and disposition.rCONTRACTOR INTERNAL REVIEW BOARD (IRB):IRB authority is delegated to the contractor for this contract only. The IRB may be used only for disposition of materials exhibiting minor non-conformances, scrap or rework to return a part to conformance with drawings orrspecifications as authorized by the approved repair procedures.IRB shall not use “AS-IS” disposition. A complete file of IRB actions shall be maintained for review by the Government for concurrance of classification.rMATERIAL REVIEW BOARD (MRB):Formal MRB authority for disposition of “AS-IS”and for minor non-conformances is retained by the Government. The contractor shall submit the appropriate request for Variance via the DCMC to the NAVSUP Contracting Officer.rRESPONSIBILITY FOR COMPLIANCE: All items must meet all requirements of this Statement of Work. The inspection requirements set forth in this SOW shall become part of the contractors overall inspection system or quality program. The absence of any inspectionrrequirements in the SOW shall not relieve the contractor of the responsibility of assuring that all Government equipment submitted for acceptance comply with all requirements. Sampling in quality conformance does not authorize submission of known defectiveritems, either indicated or actual, nor does it commit the procuring activity to acceptance of any defective items.rREPAIR ASSESSMENT TESTING: The Government may select samples of the Contract Line Items (CLINS) which have completed repair and have been accepted by the Government representative for the purpose of conducting performance testing, environmental testing, andrquality conformance examination in a repair assessment test program. A quantity of CLIN’s may be randomly selected from each quaterly repair production completion for shipment to the CFA or other Government designated location to conduct this testing.rRECORDS OF DATA COLLECTION: The contractor shall maintain a historical record file to contain copies of applicable data and documents for individual CLIN’srand assemblies by CLIN serial number. The historical record file shall include,but not be limited to the following types of historical records:rReceipt inspection documentation.rRepair shop travelers or repair cards.rParts replacement records.rParts inspection data before and after repair as applicable.rAcceptance test data.rQA personnel shall maintain a complete receipt inspection,test, repairrre-test, history card for each item processed. This information shall be made available to the Government upon request.r4. QUALITY ASSURANCE PROVISIONS – NOT APPLICABLE.r5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULEr6. NOTES – NOT APPLICABLEr