Description
CONTACT INFORMATION|4|N711.11|ED3|771-229-0397|KATHLEEN.J.BYRNE.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD |SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025))|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| THE PURPOSE OF THIS AMENDMENT IS TO: 1)NOTATE THE EXTENSION OF THE OFFER DUE DATE to 04 MAY 2026. 2)UPDATE THE EVALUATION FACTORS TO LPTA AS FOLLOW: 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. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. \ Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to KATHLEEN.J.BYRNE.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 (FFP), not-to-exceed (NTE) or estimated (EST) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIRof the item(s). 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: ## 167 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 acce…
Classification
Contracting Office
Contacts