Description
CONTACT INFORMATION|4|N711.17|GRC|771-229-2149|taylor.r.arroyo2.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (DEC 2014)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|x|||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report (combo)|N/A|TBD|N00104|TBD|TBD|See schedule|TBD|N/A|N/A|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| MANDATORY USE OF WORKFLOW PRO (WFP) MOD ASSIST MODULE|1|Taylor Arroyo (taylor.r.arroyo2.civ@us.navy.mil)| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF CYBERSECURITY MATURITY MODEL CERTIFICATION LEVEL REQUIREMENTS (NOV 2025))|1|| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)-BASIC (DEV 2026-O0037)(FEB 2026))|2||| CONTRACTOR PURCHASING SYSTEM ADMINISTRATION-BASIC (DEVIATION 2026-O0015)|1|| SECURITY PROHIBITIONS AND EXCLUSIONS (CLASS DEVIATION 2026-O0025)(FEB 2026)|7|||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEVIATION 2026-O0043)(FEB 2026))|13|||||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| The purpose of this amendment is to add FAR Overhaul 52.222-90. All other terms and conditions remain unchanged. 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 re…
Classification
Contracting Office
Contacts
Attachments (2)