PRE-DRIVER ASSEMBLY
ID: N0038324QN085Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP WEAPON SYSTEMS SUPPORTPHILADELPHIA, PA, 19111-5098, USA

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)
Timeline
  1. 1
    Posted Nov 16, 2023 12:07 PM
  2. 2
    Updated Nov 16, 2023 12:07 PM
  3. 3
    Due Dec 18, 2023 8:30 PM
Description

Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is requesting a PRE-DRIVER ASSEMBLY. This item is typically used for repair purposes. The contractor is expected to provide a firm-fixed price as well as estimated costs for repairing the item. The scope of work includes marking in accordance with MIL-STD-130 and repairing, testing, and inspecting the item in accordance with specified requirements. The contractor is responsible for supplying all necessary parts and materials for the repairs. The contractor must have a quality system in place to ensure compliance with ISO 9001/SAE AS9100 standards. Configuration management and calibration system requirements must also be met. The contractor is responsible for receiving inspection of purchased material and maintaining a system of control over purchased parts. The contractor must establish a proper enclosed warehouse environment for storing material items awaiting repair and repaired assets. The contractor is also responsible for performing all inspection requirements and maintaining quality control documentation. The contractor must comply with all requirements of the Statement of Work and maintain records of data collection. Packaging must adhere to MIL-STD 2073 standards.

Point(s) of Contact
Telephone: 2156972198
AMANDA.SWEENEY@NAVY.MIL
Files
No associated files provided.
Lifecycle
Title
Type
PRE-DRIVER ASSEMBLY
Currently viewing
Solicitation
Similar Opportunities
58--DRIVE,ENCODER, IN REPAIR/MODIFICATION OF
Active
Dept Of Defense
Presolicitation notice from the Department of Defense, Department of the Navy, is seeking a total of 15 units of DRIVE,ENCODER for repair/modification purposes. The item is classified under the PSC industry category of RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE. The notice specifies that the Government does not own the data or rights to the data needed to purchase/contract repair of this part from additional sources. Interested parties should include their CAGE code on solicitation requests. The notice also provides information on how interested parties can obtain copies of Military and Federal Specifications and Standards. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source. The notice states that the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, for this solicitation. Interested persons may identify their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
PANEL,CONTROL,ELECT
Active
Dept Of Defense
Solicitation Notice: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking a PANEL,CONTROL,ELECT for repair and testing/inspection. The item is typically used for controlling electrical systems. The contractor is responsible for supplying all necessary parts and materials for the repair. The contractor must have a quality control system in place and comply with ISO 9001/SAE AS9100 standards. The contractor must also maintain a calibration system and a configuration management plan. Markings shall be in accordance with MIL-STD-130. The contractor shall provide a proper enclosed warehouse environment for storing material items awaiting repair and repaired assets.
ASSY,CCA-COMPUTER,
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Navy, is seeking a contractor to repair the ASSY, CCA-Computer assembly. This is a solicitation for a bilateral contract, which requires the written acceptance of the contractor prior to execution. The work involved entails repairing the ASSY,CCA-COMPUTER, in accordance with the operational and functional requirements outlined by the Navy. The contractor must adhere to their own repair standards and any government-approved documents developed for technical repair procedures. The Navy requires a Repair Turnaround Time (RTAT) of 39 days and mandates Government Source Inspection (GSI). To comply with the GSI, the contractor must perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. They are also responsible for ensuring compliance with all contract requirements, maintaining records of inspection work, and meeting the prescribed packaging and marking standards. The Navy emphasizes the importance of timely delivery and encourages accelerated delivery. The contractor must quote the government's required RTAT or an earlier date and provide an explanation if they cannot meet the RTAT. If the RTAT is not met, the contractor will incur a price reduction per unit per month, with a maximum reduction specified in the contract. The contract also outlines procedures for handling changes in design, material servicing, or part numbers, as well as quality assurance requirements. The contractor must keep detailed records of all inspection work for a period of 365 days after final delivery. Only authorized distributors of the original manufacturer are eligible for this contract. Distributors must provide proof of their authorized distributor status to be considered for award. The contract will be awarded based on the pricing and delivery information provided by the contractors, with a preference for those meeting or beating the required RTAT. The Navy aims to award a firm-fixed-price contract, with an option to increase the quantity by 100% within 365 days of the award. The Contracting Officer must be informed if they can exercise this option and the associated pricing. Interested parties should contact Ashley Betlock at ASHLEY.BETLOCK@NAVY.MIL or 7176051028 for further information.
CHASSIS,ELECTRICAL-
Active
Dept Of Defense
Solicitation Notice: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking a repair service for CHASSIS,ELECTRICAL-. This service is typically used for repairing electrical chassis used in military equipment. The repair work must meet operational and functional requirements and be performed in accordance with the contractor's repair/overhaul standard practices. The contractor must also ensure proper marking of the item according to MIL-STD-130. The contract/purchase order will require the contractor's written acceptance prior to execution. The scope of the contract includes quality assurance, inspection, packaging, and compliance with applicable documents. The contractor must keep records of all inspection work and perform all inspection and testing requirements as specified. Preservation, packaging, packing, and marking must be done in accordance with MIL-STD 2073. Authorized distributors of the original manufacturer's item will be given consideration for the award of the contract.
16--BRAKE ASSEMBLY, IN REPAIR/MODIFICATION OF
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Navy, is seeking offers for a federal contract titled "16--BRAKE ASSEMBLY, IN REPAIR/MODIFICATION OF." The primary objective is to obtain two NSN 7R-1630-145674214-P8 brake assemblies, adhering to the technical data package (TDP) version 001. The scope of work involves the delivery of these brake assemblies, with a focus on ensuring compliance with the specified NSN and TDP requirements. The brake assemblies must be delivered fofob origin. Eligibility criteria and qualifications are not explicitly mentioned in the provided information. However, given the nature of the opportunity and the involved department, it's likely that eligible participants include businesses capable of supplying and modifying aircraft brake systems, with a track record of working with the military or defense sector. The estimated funding for this contract is not specified. The contract type is likely to be a firm-fixed-price or a fixed-price with economic price adjustment, although this detail remains unconfirmed. The submission process involves responding to the presolicitation notice with a proposal that outlines the applicant's ability to meet the specified requirements. Deadlines for submission are not explicitly mentioned but will be detailed in the official solicitation, which bidders should refer to for up-to-date information. The evaluation criteria are expected to focus on the bidder's ability to deliver the required brake assemblies, adhering strictly to the mentioned NSN and TDP. Cost-effectiveness and timely delivery will likely be important factors in the evaluation process. For any clarifications or questions, interested parties can contact MICHAEL J. BROWN at MICHAEL.J.BROWN43@NAVY.MIL or via phone at (215) 697-3765. It's important to note that this summary is based on a preliminary presolicitation notice, and bidders should consult the official solicitation documents for a comprehensive understanding of the opportunity and associated requirements.