Active Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is soliciting quotes for the repair of military equipment under NAICS code 336412. The contract will be awarded based on the lowest price technically acceptable. Bidders must adhere to specific requirements, including a repair turnaround time of 55 days and compliance with MIL-STD packaging. Quotes must be submitted electronically to the provided email.
A. Electronic submission of any quotes, representations, and any necessary
certifications shall be accomplished via an email directed to
taylor.r.arroyo2.civ.CIV@US.NAVY.MIL.
B. General 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 contractor's written acceptance prior to
execution. Verify nomenclature, part number, and NSN prior to responding.
D. Only a firm-fixed price (FFP) for the REPAIR of the subject item(s) will
beaccepted. Quotes limited to test and evaluation (T&E) will NOT be accepted.
The quoted price MUST be for the REPAIR of the item(s).
PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE:
Include repair price with all costs associated with receipt and complete
repairof material that may be in incomplete condition, missing hardware,
damaged, handling damage, missing parts, and wear damage.
E. Must adhere to IUID requirements of DFARS 252.211-7003
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 55 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 contractor's
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
eachNSN(s). Total assets to be repaired monthly after initial delivery
commences: _____/month (contractor is to fill in #). A throughput of "0"
(zero) per monthreflects no throughput constraint.
Induction Expiration Date: 365 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 Government's right to
terminate for default.
In reference to the above important note, the contractor provides the
followingprice 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 Government's Requested Repair Turnaround Time
(RTAT) or sooner, you must provide your company's 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
currentBOA/IDIQ, for example)
Evaluation Utilizing Simplified Acquisition Procedures
This requirement will utilize the Lowest Price Technically Acceptable (LPTA)
source selection process. The Government will evaluate proposals to determine
whether they meet the minimum technical requirements outlined in the
performance work statement of this solicitation. Proposals that are determined
to be technically acceptable will then be evaluated based on price. The
contract will be awarded to the responsible offeror whose proposal is
technically acceptable and offers the lowest price.
** Accelerated delivery is encouraged and accepted before the delivery date(s)
listed in the schedule. **
INSPECTION AT ORIGIN
ACCEPTANCE AT ORIGIN
POC EMAIL: TAYLOR.R.ARROYO2.CIV@US.NAVY.MIL
LINER,INNER is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.