Federal Contract Opportunities

Showing 301-350 of 2,703 opportunities

These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.

Manufacturing Research and Technology Development - Open Broad Agency Announcement

FA8650-21-S-5001, Amendment 3 This amendment creates a Hybrid broad agency announcement allowing the Government to issue the solicitation of Calls. Summary of Changes: Hybrid BAA with Calls •Part One (Current) – Two Step Open BAA: Submission of White Papers and Potential Proposals •Part Two (New) – One Step Closed Solicitation of Calls: Submission of Proposals See attached amendment for specific details. FA8650-21-S-5001, Amendment 2 This amendment serves as the annual notice of an Open BAA as required by FAR 35.016. White papers are still being accepted against this BAA. Please see the initial BAA announcement for specific details on submitting white papers. This amendment updates the Government Contracting points of contacts for submitting white papers. FA8650-21-S-5001, Amendment 1 This amendment revises the original BAA announcement under Section III, Paragraph 5.a and Section IV, Paragraph 2.a. See attached amendment document for specific details of each revision. FA8650-21-S-5001 Air Force Research Laboratory Materials and Manufacturing Directorate, Manufacturing and Industrial Technologies Division (AFRL/RXM) is soliciting white papers (and later technical and cost proposals, if requested) under this open 2-step broad agency announcement (BAA) to support the needs of its manufacturing and technology mission. Descriptors of manufacturing technology interests are presented in the context of manufacturing research and technology development approaches and their applicability to the Air Force high impact technology domains. This information can be found in the attached Statement of Objectives (Atch 5_Statement of Objectives - SOO). The mission of the Manufacturing and Industrial Technologies Division is to lead the Air Force in developing the required technologies to achieve these objectives now and in the future. We will achieve our mission by performing research and development in Advanced Manufacturing technologies, specifically: inventing the factory of the future; building up the digital manufacturing enterprise; and exploring additive manufacturing and other Advanced Manufacturing technologies.

Deadline: 3/24/2026
Posted: 11/14/2022
SolicitationNAICS: 541715.0

Manufacturing Research and Technology Development - Open Broad Agency Announcement

FA8650-21-S-5001, Amendment 2 This amendment serves as the annual notice of an Open BAA as required by FAR 35.016. White papers are still being accepted against this BAA. Please see the initial BAA announcement for specific details on submitting white papers. This amendment updates the Governmetn Contracting points of contacts for submitting white papers. FA8650-21-S-5001, Amendment 1 This amendment revises the original BAA announcement under Section III, Paragraph 5.a and Section IV, Paragraph 2.a. See attached amendment document for specific details of each revision. FA8650-21-S-5001 Air Force Research Laboratory Materials and Manufacturing Directorate, Manufacturing and Industrial Technologies Division (AFRL/RXM) is soliciting white papers (and later technical and cost proposals, if requested) under this open 2-step broad agency announcement (BAA) to support the needs of its manufacturing and technology mission. Descriptors of manufacturing technology interests are presented in the context of manufacturing research and technology development approaches and their applicability to the Air Force high impact technology domains. This information can be found in the attached Statement of Objectives (Atch 5_Statement of Objectives - SOO). The mission of the Manufacturing and Industrial Technologies Division is to lead the Air Force in developing the required technologies to achieve these objectives now and in the future. We will achieve our mission by performing research and development in Advanced Manufacturing technologies, specifically: inventing the factory of the future; building up the digital manufacturing enterprise; and exploring additive manufacturing and other Advanced Manufacturing technologies.

Deadline: 3/24/2026
Posted: 5/20/2022
SolicitationNAICS: 541715.0

INL Innovation Spotlight Efficient Protonic Ceramic Power: Dual-Mode Hydrogen and Electricity Generation

INL Innovation Spotlight Efficient Protonic Ceramic Power: Dual-Mode Hydrogen and Electricity Generation Breakthrough solid oxide cell technology enables reversible hydrogen production and electricity generation, providing an efficient, low-temperature solution for sustainable energy conversion and storage. Overview: Amidst a global shift towards renewable energy sources, the challenge of efficient and sustainable energy storage and conversion becomes increasingly critical. Developing the reversible solid oxide cell at INL directly responds to this challenge, offering a high-performance solution that operates effectively at lower temperatures. This technology bridges the gap in existing energy conversion and storage solutions and aligns with market trends favoring sustainable, carbon-neutral technologies. Its potential applications span various industries, from power generation to hydrogen fuel production, positioning it as a critical player in the future energy market. Description: At the heart of this technology is the PNC oxide, a perovskite material designed for high efficiency and durability at reduced operating temperatures. PNC oxide excels in fuel cell and electrolysis modes, unlike traditional electrodes, thanks to its triple-phase conductivity. This innovative material composition enables the cell to produce hydrogen and generate electricity with unprecedented efficiency and flexibility, significantly advancing existing solutions. Benefits: Enhanced Efficiency: Operates effectively at reduced temperatures, significantly lowering energy costs. Dual Functionality: Capable of reversible operation between hydrogen production and electricity generation, offering flexibility in application. Durability: Demonstrates high durability and stable operation under practical high-water pressure conditions, ensuring long-term reliability. Sustainable Solution: Supports a carbon-neutral energy cycle, aligning with global sustainability goals. Versatile Applications: Potential for use in sensors, permeation membranes, and other energy devices, broadening its market appeal. Applications: Renewable Energy Storage Systems Hydrogen Production Facilities Power Generation Companies Environmental Sensing Devices Industrial Gas Processing. Development Status: TRL 2 - Technology concept and application formulated. IP Status: US Patent No. 11,557,781, “Electrochemical Cells for Hydrogen Gas Production and Electricity Generation, and Related Systems, and Methods,” BEA Docket No. BA-1049. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov.

Deadline: 3/24/2026
Posted: 3/25/2024
Special NoticeNAICS: 237130.0

INL Innovation Spotlight Efficient Protonic Ceramic Power: Dual-Mode Hydrogen and Electricity Generation

INL Innovation Spotlight Efficient Protonic Ceramic Power: Dual-Mode Hydrogen and Electricity Generation Breakthrough solid oxide cell technology enables reversible hydrogen production and electricity generation, providing an efficient, low-temperature solution for sustainable energy conversion and storage. Overview: Amidst a global shift towards renewable energy sources, the challenge of efficient and sustainable energy storage and conversion becomes increasingly critical. Developing the reversible solid oxide cell at INL directly responds to this challenge, offering a high-performance solution that operates effectively at lower temperatures. This technology bridges the gap in existing energy conversion and storage solutions and aligns with market trends favoring sustainable, carbon-neutral technologies. Its potential applications span various industries, from power generation to hydrogen fuel production, positioning it as a critical player in the future energy market. Description: At the heart of this technology is the PNC oxide, a perovskite material designed for high efficiency and durability at reduced operating temperatures. PNC oxide excels in fuel cell and electrolysis modes, unlike traditional electrodes, thanks to its triple-phase conductivity. This innovative material composition enables the cell to produce hydrogen and generate electricity with unprecedented efficiency and flexibility, significantly advancing existing solutions. Benefits: Enhanced Efficiency: Operates effectively at reduced temperatures, significantly lowering energy costs. Dual Functionality: Capable of reversible operation between hydrogen production and electricity generation, offering flexibility in application. Durability: Demonstrates high durability and stable operation under practical high-water pressure conditions, ensuring long-term reliability. Sustainable Solution: Supports a carbon-neutral energy cycle, aligning with global sustainability goals. Versatile Applications: Potential for use in sensors, permeation membranes, and other energy devices, broadening its market appeal. Applications: Renewable Energy Storage Systems Hydrogen Production Facilities Power Generation Companies Environmental Sensing Devices Industrial Gas Processing. Development Status: TRL 2 - Technology concept and application formulated. IP Status: US Patent No. 11,557,781, “Electrochemical Cells for Hydrogen Gas Production and Electricity Generation, and Related Systems, and Methods,” BEA Docket No. BA-1049. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov. INL’s Technology Deployment department focuses exclusively on licensing intellectual property and partnering with industry collaborators capable of commercializing our innovations. Our goal is to commercialize the technologies developed by INL researchers. We do not engage in purchasing, manufacturing, procurement decisions, or providing funding. Additionally, this is not a call for external services to assist in the development of this technology.

Deadline: 3/24/2026
Posted: 10/31/2024
Special NoticeNAICS: 237130.0

FD2030-25-00036

NSN: 1560-01-435-5553FL NOUN: SUPPORT, STRUCTURAL TOP DRAWING: KC3-11000-1 EDL REVISION & DATE: 5 / 24 OCT 2024 MDC CODE: ZSB IM NAME: WALWORTH, JANNA L.

Deadline: 3/24/2026
Posted: 3/24/2025
Special NoticeNAICS: 336413.0

FD2030-25-00035

NSN: 1560-00-969-4278FL NOUN: STABILIZER, HORIZONT TOP DRAWING: KC3-10000-3 EDL REVISION & DATE: 1 / 21 OCT 2024 MDC CODE: ZSB IM NAME: WALWORTH, JANNA L.

Deadline: 3/24/2026
Posted: 3/24/2025
Special NoticeNAICS: 336413.0

FD2030-25-00034

NSN: 1560-00-969-4277FL NOUN: STABILIZER, HORIZONT TOP DRAWING: KC3-10000-1 EDL REVISION & DATE: 1 / 21 OCT 2024 MDC CODE: ZSB IM NAME: WALWORTH, JANNA L.

Deadline: 3/24/2026
Posted: 3/24/2025
Special NoticeNAICS: 336413.0

FD2020-21-50063

NSN: 1377-01-220-3746ES NOUN: INITIATOR, PROPELLANT PART #: L325C2011

Deadline: 3/25/2026
Posted: 3/25/2021
Special NoticeNAICS: None

FD2020-21-00627

6150015558904WF 8389762-1 CABLE ASSEMBLY,SPEC

Deadline: 3/25/2026
Posted: 3/25/2021
Special Notice

INL Innovation Spotlight Novel Training Surrogates for Emergency Response Training

INL Innovation Spotlight Novel Training Surrogates for Emergency Response Training Novel short-lived radioisotopes in a variety of chemical forms used as surrogate materials that have short half-lives and decay to stable, environmentally friendly elements. Overview: Training with actual radioactive materials that are of concern to emergency response communities poses challenges due to their radiotoxicity. Radioactive materials used in industrial applications exist in different chemical forms, which affect their behavior when dispersed. Each radioisotope follows a unique radioactive decay path and emits particles accordingly. Most radioisotopes have long half-lives, lasting tens of years or more, and are environmentally and biologically persistent as well as radiotoxic. These properties make it impractical to use them for training purposes, except as sealed sources. Utilizing these isotopes for training in contaminated environments is not feasible due to the difficulties in developing and testing technologies to characterize large, contaminated areas. Simulating the detection of radioactive materials remains a challenge, as there is no suitable substitute available. The successful adoption of a surrogate material relies on its ability to match the radioactive emissions and chemical dispersion properties of actual radioactive materials. Description: Researchers at Idaho National Laboratory have developed a technique using short-lived radioisotopes as training surrogates for industrial radioactive materials. Each surrogate material is carefully selected and developed to mimic the particle and photon emission properties, as well as the chemical and physical properties, of the target industrial radioisotope material. The radioisotopes chosen for training surrogates have several key attributes: 1) they have relatively short half-lives (<2 days), 2) they decay to stable or short-lived daughter isotopes that further decay to stable, non-toxic isotopes, 3) high-purity target matrices can be obtained to prevent the formation of harmful radioactive isotopes, and 4) the physical and chemical properties of the matrices closely resemble those of the radioactive material targets. These surrogate materials have been extensively evaluated and tested, and have proven to be highly effective in providing realistic training for emergency response methods, procedures, and technologies, including detection and dispersal characterization technologies. Benefits: Enables novel methods to make radioactive simulants for training US military and emergency response personnel tailored to individual training missions. Applications: Emergency response training Development Status: TRL 7, full-scale prototype demonstrated in a relevant environment. IP Status: Provisional Patent Application No. 16/228,465, ”Surrogate Isotope-Containing Materials for Emergency Response Training and Methods of Formation and Dispersal,” BEA Docket No. BA-1017. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov. INL’s Technology Deployment department focuses exclusively on licensing intellectual property and partnering with industry collaborators capable of commercializing our innovations. Our goal is to commercialize the technologies developed by INL researchers. We do not engage in purchasing, manufacturing, procurement decisions, or providing funding. Additionally, this is not a call for external services to assist in the development of this technology.

Deadline: 3/25/2026
Posted: 10/31/2024
Special NoticeNAICS: 624230.0

INL Innovation Spotlight Advanced Radiation Monitoring: Fieldable Long-Length Scintillating Fibers

INL Innovation Spotlight Advanced Radiation Monitoring: Fieldable Long-Length Scintillating Fibers This technology uses durable, long scintillating fibers combined with regular optical fibers for effective and extensive radiation detection and monitoring in tough environments. Overview: Radiation monitoring in hard-to-reach areas, such as nuclear repositories, waste facilities, and medical irradiation therapy facilities, presents significant challenges. The International Atomic Energy Agency (IAEA) recognizes the crucial need for advanced tools to protect these sensitive sites. This technology utilizes long-length scintillating fibers, exceeding 10 meters, combined with standard optical fibers longer than 100 meters. It offers an efficient solution for monitoring vast and inaccessible areas. The technology's innovative approach includes the use of ruggedized fibers, mirrors to enhance signal return, and a light source for integrity verification, addressing a gap in the current market. Description: The invention introduces scintillating fibers that function as flexible linear radiation detectors. These fibers are connected to longer standard optical fibers, enabling the remote placement of the scintillation-light detection electronics. To ensure protection, the fibers are enclosed in furcation tubing, and a mirror is used at one end to enhance signal return. Furthermore, a pulsed light source is utilized to verify the fiber's integrity, guaranteeing tamper-proof operation. This design offers a versatile and comprehensive radiation monitoring system that can be applied in various environments and applications, ranging from geological repositories to medical facilities. Benefits: Extended Reach: Capable of monitoring remote and inaccessible areas. Ruggedized Design: Protected against physical damage and external light interference. Enhanced Signal Integrity: Mirrors and pulsed light sources ensure accurate and reliable readings. Flexible Deployment: Adaptable to various environments and site-specific requirements. Safety and Security: Essential for monitoring sensitive nuclear and medical sites. Applications: Monitoring of radioactive waste in geological repositories. Surveillance of nuclear material storage and spent fuel dry storage areas. Radiation detection in inaccessible areas within nuclear reactors and reprocessing facilities. Safety monitoring in medical radioisotope production and irradiation therapy facilities. Environmental monitoring of radiation-contaminated sites. Development Status: Technology Readiness Level (TRL) 5: Laboratory/bench scale, similar system validation in a relevant environment. IP Status: US Patent Application No. 18/501,888, “Radiation Monitoring Systems, Radioactive Material Storage Systems, and Associated Components and Methods,” BEA Docket No. BA-1432. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov.

Deadline: 3/25/2026
Posted: 3/25/2024
Special NoticeNAICS: 334513.0

INL Innovation Spotlight Cyber Resilient Trade-off Evaluation (CyRTE): Pioneering Strategy for Operational Technology Security

INL Innovation Spotlight Cyber Resilient Trade-off Evaluation (CyRTE): Pioneering Strategy for Operational Technology Security CyRTE introduces a groundbreaking approach to evaluate and enhance the cyber resilience of Operational Technologies (OT), balancing security measures with operational integrity. Overview: As critical infrastructure increasingly relies on networked control systems, they become vulnerable to sophisticated cyber threats. Traditional cybersecurity measures, while necessary, often fall short in protecting OT systems effectively. CyRTE is developed in response to this challenge, providing a resilience-informed, AI-driven process to assess the impact of cybersecurity mitigations on the operation and stability of OT systems. This technology is essential for evaluating automated responses in advance of application, leveraging the power of software defined networks and other response technologies that can nullify an intrusion. Industries where operational technology is critical, such as utilities, manufacturing, and transport, will be benefited in advancing cyber resilience, especially in a landscape where cyber threats are rapidly evolving and becoming more automated. Description: CyRTE offers a novel methodology for assessing cyber-physical interactions and their implications on OT systems. It involves a comprehensive evaluation of potential cybersecurity mitigations and their effects on system performance and reliability. The core of CyRTE is the creation of a "buzzer" concept – a unique tool that systematically tests the resilience of OT systems against various cyber-physical response strategies. This includes the development of digital twins for systemic testing, ensuring that cybersecurity measures do not adversely affect the physical operations of the system before application. By integrating this approach into existing engineering workstations and design tools, CyRTE enables a holistic understanding of communication dependencies and potential impacts of cyber responses. Benefits: Enhanced Cyber Resilience: Provides robust defense against sophisticated cyber threats. Operational Integrity: Ensures that cybersecurity measures do not compromise system functionality. Innovative Assessment Tool: The "buzzer" concept uniquely evaluates cyber-physical responses. Systemic Testing: Utilizes digital twins for safe and comprehensive testing scenarios. Industry Versatility: Applicable across various sectors reliant on operational technologies. Applications: Critical infrastructure systems like power grids, water treatment facilities, and transportation networks. Manufacturing and industrial control systems. Utilities and energy sector, including nuclear and renewable energy plants. Chemical and process industries. Research and development in cybersecurity for operational technologies. Development Status: Technology Readiness Level (TRL) 2: Technology concept and/or application formulated. IP Status: US Patent Application No. 18/465,852, “Cyber Resilient Trade-Off Evaluation Systems for Operational Technology Environments, Including Related Methods and Computer Readable Media,” BEA Docket No. BA-1407. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov.

Deadline: 3/25/2026
Posted: 3/25/2024
Special NoticeNAICS: 518210.0

INL Innovation Spotlight Novel Training Surrogates for Emergency Response Training

INL Innovation Spotlight Novel Training Surrogates for Emergency Response Training Novel short-lived radioisotopes in a variety of chemical forms used as surrogate materials that have short half-lives and decay to stable, environmentally friendly elements. Overview: Training with actual radioactive materials that are of concern to emergency response communities poses challenges due to their radiotoxicity. Radioactive materials used in industrial applications exist in different chemical forms, which affect their behavior when dispersed. Each radioisotope follows a unique radioactive decay path and emits particles accordingly. Most radioisotopes have long half-lives, lasting tens of years or more, and are environmentally and biologically persistent as well as radiotoxic. These properties make it impractical to use them for training purposes, except as sealed sources. Utilizing these isotopes for training in contaminated environments is not feasible due to the difficulties in developing and testing technologies to characterize large, contaminated areas. Simulating the detection of radioactive materials remains a challenge, as there is no suitable substitute available. The successful adoption of a surrogate material relies on its ability to match the radioactive emissions and chemical dispersion properties of actual radioactive materials. Description: Researchers at Idaho National Laboratory have developed a technique using short-lived radioisotopes as training surrogates for industrial radioactive materials. Each surrogate material is carefully selected and developed to mimic the particle and photon emission properties, as well as the chemical and physical properties, of the target industrial radioisotope material. The radioisotopes chosen for training surrogates have several key attributes: 1) they have relatively short half-lives (<2 days), 2) they decay to stable or short-lived daughter isotopes that further decay to stable, non-toxic isotopes, 3) high-purity target matrices can be obtained to prevent the formation of harmful radioactive isotopes, and 4) the physical and chemical properties of the matrices closely resemble those of the radioactive material targets. These surrogate materials have been extensively evaluated and tested, and have proven to be highly effective in providing realistic training for emergency response methods, procedures, and technologies, including detection and dispersal characterization technologies. Benefits: Enables novel methods to make radioactive simulants for training US military and emergency response personnel tailored to individual training missions. Applications: Emergency response training Development Status: TRL 7, full-scale prototype demonstrated in a relevant environment. IP Status: Provisional Patent Application No. 16/228,465, ”Surrogate Isotope-Containing Materials for Emergency Response Training and Methods of Formation and Dispersal,” BEA Docket No. BA-1017. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov.

Deadline: 3/25/2026
Posted: 3/25/2024
Special NoticeNAICS: 624230.0

INL Innovation Spotlight Precision Enhancement for Thermocouples: A Leap in Measurement Accuracy

INL Innovation Spotlight Precision Enhancement for Thermocouples: A Leap in Measurement Accuracy This technology stabilizes thermocouples using ohmic heating, improving their accuracy and lifespan and meeting the need for reliable temperature measurements in various industries. Overview: Thermocouples, the backbone of temperature measurement in virtually every industry, suffer from accuracy drift over time, especially under high temperatures or radiation. This affects the quality and safety of processes and leads to frequent replacements and downtime. The Idaho National Laboratory (INL) has developed a groundbreaking method to extend the lifespan and accuracy of thermocouples, addressing these challenges head-on. With a market spanning from manufacturing to aerospace, where precision is paramount, this solution opens the door to unprecedented reliability in temperature monitoring. As industries strive for efficiency and sustainability, the demand for durable, accurate thermocouples is more pronounced than ever, positioning INL's technology as a critical advancement. Description: The technology introduces a precise method of short-range ordering (SRO) on thermocouple wires through ohmic heating. This process rearranges the atomic structure of the thermocouple's alloys to combat drift and instability. This procedure can be performed in situ and post-manufacture, ensuring that thermocouples retain long-term accuracy. Unlike traditional calibration methods, which are often cumbersome and less effective, this approach uniformly treats the entire length of the thermocouple, ensuring consistent accuracy and significantly reducing the potential for drift. This method is a step forward in thermocouple technology and represents a paradigm shift in how temperature is measured and managed across applications. Benefits: Enhanced Accuracy and Stability: Ensures high precision in temperature measurement over an extended period. Increased Lifespan: Reduces the need for frequent replacements, offering substantial cost savings and less environmental waste. Time and Energy Efficiency: Offers a 100-300x faster process than traditional heat soak methods, saving significant time and energy in calibration. Uniform Treatment: Applies corrections uniformly along the thermocouple length, eliminating discrepancies in measurement. Revolutionary Application Potential: This can be retroactively applied to existing thermocouples in the field, enhancing their performance without needing complete replacement. Applications: Manufacturing and Industrial Processing Aerospace and Aviation Energy Production, including Nuclear and Renewable Sources Scientific Research and Development Laboratories Healthcare and Pharmaceutical Manufacturing. Development Status: TRL 8 - Testing and demonstration were completed, and the system was validated. IP Status: US Patent Application No. 18/525,563, “Methods for Heat Treating Thermocouples Using Ohmic Heating and Related System,” BEA Docket No. BA-1531. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov.

Deadline: 3/25/2026
Posted: 3/25/2024
Special NoticeNAICS: 221113.0

INL Innovation Spotlight Innovative Data Concealment for Secure AI Research: The DIOD Methodology

INL Innovation Spotlight Innovative Data Concealment for Secure AI Research: The DIOD Methodology The DIOD methodology offers a groundbreaking approach to share critical data for AI research, ensuring confidentiality while maintaining data utility. Overview: In the era of big data, it is crucial to share information across platforms and organizations for innovation, especially in fields like AI research. However, the risk of sensitive data being reverse-engineered or compromised poses a significant challenge. Traditional data anonymization techniques often fall short, either by limiting data utility or failing to fully protect against data breaches. The DIOD (Deceptive Infusion of Data) methodology emerges as a solution, particularly relevant for industries where data sharing is essential yet risky, such as defense, healthcare, and energy. Its market potential is vast, considering the increasing reliance on AI for materials discovery, energy optimization, and security. Description: The DIOD methodology is an innovative approach to data sharing that successfully hides the identity of the system from which data originates, while still maintaining the functional dependencies required for AI research. It employs a non-invertible process to introduce deception into the data, ensuring the confidentiality of the original system's governing laws. Unlike traditional methods that can often degrade data quality or provide incomplete protection, DIOD preserves the crucial correlations needed for AI analysis. This enables researchers to utilize the data without jeopardizing the exposure of proprietary information. Benefits: Enhanced Security: Enables data sharing while protecting sensitive system information. Preserved Data Utility: Maintains crucial correlations and functional dependencies for AI research. Scalability: Provides an efficient solution for different data sizes and types. Compatibility: Applicable across various scientific and industrial sectors without compromising data integrity. Innovation in Anonymization: Represents a significant advancement beyond traditional data protection methods such as k-anonymity and encryption. Applications: Defense and Military: Facilitating secure sharing of data related to new technologies, while maintaining the confidentiality of critical information. Healthcare: Enabling the sharing of patient data for research purposes, while ensuring the full protection of personal information. Energy Sector: Facilitating the exchange of data on energy generation and storage innovations, while safeguarding proprietary processes. AI and Machine Learning Research: Providing benchmark datasets for the development and testing of AI algorithms, without any concerns regarding the origin of the data. Development Status: Technology Readiness Level (TRL) 1: Basic principles observed and reported. IP Status: Provisional Patent Filing No. 63/515,835, “Systems and Methods for Objective Management,” BEA Docket No. BA-1494. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov.

Deadline: 3/25/2026
Posted: 3/25/2024
Special NoticeNAICS: 518210.0

INL Innovation Spotlight Innovative Data Concealment for Secure AI Research: The DIOD Methodology

INL Innovation Spotlight Innovative Data Concealment for Secure AI Research: The DIOD Methodology The DIOD methodology offers a groundbreaking approach to share critical data for AI research, ensuring confidentiality while maintaining data utility. Overview: In the era of big data, it is crucial to share information across platforms and organizations for innovation, especially in fields like AI research. However, the risk of sensitive data being reverse-engineered or compromised poses a significant challenge. Traditional data anonymization techniques often fall short, either by limiting data utility or failing to fully protect against data breaches. The DIOD (Deceptive Infusion of Data) methodology emerges as a solution, particularly relevant for industries where data sharing is essential yet risky, such as defense, healthcare, and energy. Its market potential is vast, considering the increasing reliance on AI for materials discovery, energy optimization, and security. Description: The DIOD methodology is an innovative approach to data sharing that successfully hides the identity of the system from which data originates, while still maintaining the functional dependencies required for AI research. It employs a non-invertible process to introduce deception into the data, ensuring the confidentiality of the original system's governing laws. Unlike traditional methods that can often degrade data quality or provide incomplete protection, DIOD preserves the crucial correlations needed for AI analysis. This enables researchers to utilize the data without jeopardizing the exposure of proprietary information. Benefits: Enhanced Security: Enables data sharing while protecting sensitive system information. Preserved Data Utility: Maintains crucial correlations and functional dependencies for AI research. Scalability: Provides an efficient solution for different data sizes and types. Compatibility: Applicable across various scientific and industrial sectors without compromising data integrity. Innovation in Anonymization: Represents a significant advancement beyond traditional data protection methods such as k-anonymity and encryption. Applications: Defense and Military: Facilitating secure sharing of data related to new technologies, while maintaining the confidentiality of critical information. Healthcare: Enabling the sharing of patient data for research purposes, while ensuring the full protection of personal information. Energy Sector: Facilitating the exchange of data on energy generation and storage innovations, while safeguarding proprietary processes. AI and Machine Learning Research: Providing benchmark datasets for the development and testing of AI algorithms, without any concerns regarding the origin of the data. Development Status: Technology Readiness Level (TRL) 1: Basic principles observed and reported. IP Status: Provisional Patent Filing No. 63/515,835, “Systems and Methods for Objective Management,” BEA Docket No. BA-1494. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov. INL’s Technology Deployment department focuses exclusively on licensing intellectual property and partnering with industry collaborators capable of commercializing our innovations. Our goal is to commercialize the technologies developed by INL researchers. We do not engage in purchasing, manufacturing, procurement decisions, or providing funding. Additionally, this is not a call for external services to assist in the development of this technology.

Deadline: 3/25/2026
Posted: 10/31/2024
Special NoticeNAICS: 518210.0

INL Innovation Spotlight Precision Enhancement for Thermocouples: A Leap in Measurement Accuracy

INL Innovation Spotlight Precision Enhancement for Thermocouples: A Leap in Measurement Accuracy This technology stabilizes thermocouples using ohmic heating, improving their accuracy and lifespan and meeting the need for reliable temperature measurements in various industries. Overview: Thermocouples, the backbone of temperature measurement in virtually every industry, suffer from accuracy drift over time, especially under high temperatures or radiation. This affects the quality and safety of processes and leads to frequent replacements and downtime. The Idaho National Laboratory (INL) has developed a groundbreaking method to extend the lifespan and accuracy of thermocouples, addressing these challenges head-on. With a market spanning from manufacturing to aerospace, where precision is paramount, this solution opens the door to unprecedented reliability in temperature monitoring. As industries strive for efficiency and sustainability, the demand for durable, accurate thermocouples is more pronounced than ever, positioning INL's technology as a critical advancement. Description: The technology introduces a precise method of short-range ordering (SRO) on thermocouple wires through ohmic heating. This process rearranges the atomic structure of the thermocouple's alloys to combat drift and instability. This procedure can be performed in situ and post-manufacture, ensuring that thermocouples retain long-term accuracy. Unlike traditional calibration methods, which are often cumbersome and less effective, this approach uniformly treats the entire length of the thermocouple, ensuring consistent accuracy and significantly reducing the potential for drift. This method is a step forward in thermocouple technology and represents a paradigm shift in how temperature is measured and managed across applications. Benefits: Enhanced Accuracy and Stability: Ensures high precision in temperature measurement over an extended period. Increased Lifespan: Reduces the need for frequent replacements, offering substantial cost savings and less environmental waste. Time and Energy Efficiency: Offers a 100-300x faster process than traditional heat soak methods, saving significant time and energy in calibration. Uniform Treatment: Applies corrections uniformly along the thermocouple length, eliminating discrepancies in measurement. Revolutionary Application Potential: This can be retroactively applied to existing thermocouples in the field, enhancing their performance without needing complete replacement. Applications: Manufacturing and Industrial Processing Aerospace and Aviation Energy Production, including Nuclear and Renewable Sources Scientific Research and Development Laboratories Healthcare and Pharmaceutical Manufacturing. Development Status: TRL 8 - Testing and demonstration were completed, and the system was validated. IP Status: US Patent Application No. 18/525,563, “Methods for Heat Treating Thermocouples Using Ohmic Heating and Related System,” BEA Docket No. BA-1531. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov. INL’s Technology Deployment department focuses exclusively on licensing intellectual property and partnering with industry collaborators capable of commercializing our innovations. Our goal is to commercialize the technologies developed by INL researchers. We do not engage in purchasing, manufacturing, procurement decisions, or providing funding. Additionally, this is not a call for external services to assist in the development of this technology.

Deadline: 3/25/2026
Posted: 10/31/2024
Special NoticeNAICS: 221113.0

INL Innovation Spotlight Cyber Resilient Trade-off Evaluation (CyRTE): Pioneering Strategy for Operational Technology Security

INL Innovation Spotlight Cyber Resilient Trade-off Evaluation (CyRTE): Pioneering Strategy for Operational Technology Security CyRTE introduces a groundbreaking approach to evaluate and enhance the cyber resilience of Operational Technologies (OT), balancing security measures with operational integrity. Overview: As critical infrastructure increasingly relies on networked control systems, they become vulnerable to sophisticated cyber threats. Traditional cybersecurity measures, while necessary, often fall short in protecting OT systems effectively. CyRTE is developed in response to this challenge, providing a resilience-informed, AI-driven process to assess the impact of cybersecurity mitigations on the operation and stability of OT systems. This technology is essential for evaluating automated responses in advance of application, leveraging the power of software defined networks and other response technologies that can nullify an intrusion. Industries where operational technology is critical, such as utilities, manufacturing, and transport, will be benefited in advancing cyber resilience, especially in a landscape where cyber threats are rapidly evolving and becoming more automated. Description: CyRTE offers a novel methodology for assessing cyber-physical interactions and their implications on OT systems. It involves a comprehensive evaluation of potential cybersecurity mitigations and their effects on system performance and reliability. The core of CyRTE is the creation of a "buzzer" concept – a unique tool that systematically tests the resilience of OT systems against various cyber-physical response strategies. This includes the development of digital twins for systemic testing, ensuring that cybersecurity measures do not adversely affect the physical operations of the system before application. By integrating this approach into existing engineering workstations and design tools, CyRTE enables a holistic understanding of communication dependencies and potential impacts of cyber responses. Benefits: Enhanced Cyber Resilience: Provides robust defense against sophisticated cyber threats. Operational Integrity: Ensures that cybersecurity measures do not compromise system functionality. Innovative Assessment Tool: The "buzzer" concept uniquely evaluates cyber-physical responses. Systemic Testing: Utilizes digital twins for safe and comprehensive testing scenarios. Industry Versatility: Applicable across various sectors reliant on operational technologies. Applications: Critical infrastructure systems like power grids, water treatment facilities, and transportation networks. Manufacturing and industrial control systems. Utilities and energy sector, including nuclear and renewable energy plants. Chemical and process industries. Research and development in cybersecurity for operational technologies. Development Status: Technology Readiness Level (TRL) 2: Technology concept and/or application formulated. IP Status: US Patent Application No. 18/465,852, “Cyber Resilient Trade-Off Evaluation Systems for Operational Technology Environments, Including Related Methods and Computer Readable Media,” BEA Docket No. BA-1407. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov. INL’s Technology Deployment department focuses exclusively on licensing intellectual property and partnering with industry collaborators capable of commercializing our innovations. Our goal is to commercialize the technologies developed by INL researchers. We do not engage in purchasing, manufacturing, procurement decisions, or providing funding. Additionally, this is not a call for external services to assist in the development of this technology.

Deadline: 3/25/2026
Posted: 10/31/2024
Special NoticeNAICS: 518210.0

INL Innovation Spotlight Advanced Radiation Monitoring: Fieldable Long-Length Scintillating Fibers

INL Innovation Spotlight Advanced Radiation Monitoring: Fieldable Long-Length Scintillating Fibers This technology uses durable, long scintillating fibers combined with regular optical fibers for effective and extensive radiation detection and monitoring in tough environments. Overview: Radiation monitoring in hard-to-reach areas, such as nuclear repositories, waste facilities, and medical irradiation therapy facilities, presents significant challenges. The International Atomic Energy Agency (IAEA) recognizes the crucial need for advanced tools to protect these sensitive sites. This technology utilizes long-length scintillating fibers, exceeding 10 meters, combined with standard optical fibers longer than 100 meters. It offers an efficient solution for monitoring vast and inaccessible areas. The technology's innovative approach includes the use of ruggedized fibers, mirrors to enhance signal return, and a light source for integrity verification, addressing a gap in the current market. Description: The invention introduces scintillating fibers that function as flexible linear radiation detectors. These fibers are connected to longer standard optical fibers, enabling the remote placement of the scintillation-light detection electronics. To ensure protection, the fibers are enclosed in furcation tubing, and a mirror is used at one end to enhance signal return. Furthermore, a pulsed light source is utilized to verify the fiber's integrity, guaranteeing tamper-proof operation. This design offers a versatile and comprehensive radiation monitoring system that can be applied in various environments and applications, ranging from geological repositories to medical facilities. Benefits: Extended Reach: Capable of monitoring remote and inaccessible areas. Ruggedized Design: Protected against physical damage and external light interference. Enhanced Signal Integrity: Mirrors and pulsed light sources ensure accurate and reliable readings. Flexible Deployment: Adaptable to various environments and site-specific requirements. Safety and Security: Essential for monitoring sensitive nuclear and medical sites. Applications: Monitoring of radioactive waste in geological repositories. Surveillance of nuclear material storage and spent fuel dry storage areas. Radiation detection in inaccessible areas within nuclear reactors and reprocessing facilities. Safety monitoring in medical radioisotope production and irradiation therapy facilities. Environmental monitoring of radiation-contaminated sites. Development Status: Technology Readiness Level (TRL) 5: Laboratory/bench scale, similar system validation in a relevant environment. IP Status: US Patent Application No. 18/501,888, “Radiation Monitoring Systems, Radioactive Material Storage Systems, and Associated Components and Methods,” BEA Docket No. BA-1432. INL Tech Partnerships: Your Gateway to Innovation INL offers strategic access to proprietary technology, enhancing small business growth and contributing to economic and public advancement. We cater licensing terms to each business we work with, ensuring mutually beneficial agreements. Engage with our diverse technology offerings to propel your company forward. Learn more about our licensing opportunities and the support we provide at https://inl.gov/technology-deployment/. For specific discussions on how your business can benefit, please contact Andrew Rankin at td@inl.gov. INL’s Technology Deployment department focuses exclusively on licensing intellectual property and partnering with industry collaborators capable of commercializing our innovations. Our goal is to commercialize the technologies developed by INL researchers. We do not engage in purchasing, manufacturing, procurement decisions, or providing funding. Additionally, this is not a call for external services to assist in the development of this technology.

Deadline: 3/25/2026
Posted: 10/31/2024
Special NoticeNAICS: 334513.0

FD2030-24-02106

NSN: 2915-01-550-3637NZ NOUN: INJECTOR ASSEMBLY, F TOP DRAWING: 4081806 EDL REVISION & DATE: 12 / 12 JUN 2024 MDC CODE: WAB IM NAME: HANSON-WHEELER, JERRI L.

Deadline: 3/25/2026
Posted: 3/25/2025
Special NoticeNAICS: 336412.0

NAWCWD Attends Ventura Defense Industry Forum (VDIF)

NAWCWD will be participating in the 2025 Ventura Defense Industry Forum – Strategic Alliance, taking place on April 15–16, 2025, in Ventura County. This two-day event is designed to strengthen collaboration between government agencies and industry partners by addressing current challenges, discussing future requirements, and enhancing strategic alliances. Representatives from NAVAIR, NAVSEA Port Hueneme, and NAVFAC EXWC will provide acquisition-specific briefings and engage with businesses of all sizes to explore partnership opportunities. The forum will offer invaluable insights into procurement strategies, emerging needs, and opportunities to support these commands. Note: NAWCWD is not the official hosts or sponsors of this event, but are active participants. Register at: https://www.venturadefenseindustryforum.org/ Ventura Defense Industry Forum is a certified A 501(c)(4) Non-Profit This Special Notice is for informational purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Information provided on the LRAF is subject to change This following statements in accordance with FAR 5.404 are applicable to this LRAF: Estimates based on the best information available. Information is subject to modification and is in no way binding on the Government. More specific information relating to any individual item or class of items will not be furnished until the proposed action is synopsized through the GPE or the solicitation is issued. Small business set-asides may be involved, but a determination can be made only when acquisition action is initiated.

Deadline: 3/25/2026
Posted: 3/25/2025
Special NoticeNAICS: 541330.0

3-Passenger Crossover Utility Vehicle - Acoma-Cañoncito-Laguna (ACL) Indian Health Center - Pueblo of Acoma, NM

The Albuquerque Area Indian Health Service (IHS) has a requirement for one (1) 3-Passenger Crossover Utility Vehicle with one (1) compatible Snowplow Attachment to be delivered to the Acoma-Cañoncito-Laguna (ACL) Indian Health Center located at the Pueblo of Acoma, NM . This solicitation is a Request for Quote (RFQ), in accordance with FAR Parts 12 & 13. For details, please refer to attached document titled “RFQ No. 75H70725Q00055” and all attachments. Please be sure to thoroughly review all documents. Per FAR 15.201 - Exchanges with Industry, before receipt of proposals, please include “RFQ No. 75H70725Q00055” in the subject line when requesting information regarding the solicitation via e-mail only to Shandiin.DeWolfe@ihs.gov. Please submit questions no later than 5:30 pm MST on Tuesday, March 18th, 2025. Offers will be accepted via email to Shandiin.DeWolfe@ihs.gov until 5:30 pm MST on Tuesday, March 25th, 2025.

Deadline: 3/25/2026
Posted: 3/12/2025
Combined Synopsis/SolicitationNAICS: 441227.0

FD2020-21-00630

5840011532250QX 7327093G1 TRANSMITTER,RADAR

Deadline: 3/26/2026
Posted: 3/26/2021
Special Notice

FD2030-25-01303

NSN: 2840-01-445-4017NZ NOUN: SEAL, AIR, AIRCRAFT TOP DRAWING: 4083716-01 EDL REVISION & DATE: 7 / 13 FEB 2023 MDC CODE: W9J IM NAME: TURNER, KADE T

Deadline: 3/26/2026
Posted: 3/26/2025
Special NoticeNAICS: 336412.0

FD2030-25-00284

NSN: 2840-01-357-1941PR NOUN: AGMENTOR NOZZLE SE TOP DRAWING: 9538M95G05 EDL REVISION & DATE: 15 / 5 AUG 2022 MDC CODE: AAJ IM NAME: HANSON-WHEELER, JERRI L

Deadline: 3/26/2026
Posted: 3/26/2025
Special NoticeNAICS: 336412.0

NUT,PLAIN,HEXAGON

CONTACT INFORMATION|4|N743.45|WVX|7176053229|CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A |N/A|SEE DD FORM 1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332722|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| This amendment is issue to extendt the closing date. This amendment is issue to extend the closing date. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DX" rated order; "DX" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government?s beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=4684413 |80064| H| |D| | | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A|2 | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in MIL-DTL-1222, except as amplified or modified herein. MIL-DTL-1222 ordering data information is provided below. (a) Studs, bolts, hex cap screws, socket head cap screws, and nuts; MIL-DTL-1222. (b) Part Number - ;N/A; Configuration - ;NUT; Type - ;I; Style - ;N/A; Grade - ;405 (QQ-N-281); Condition - ;As formed or Stress Relieved; Size - ;1 1/2 inches; Length - ;N/A; Thread Series - ;6 UNC; Class of Fit - ;2B; End Configuration - ;N/A; (c) Issue of DoDISS is specified elsewhere in the Contract/Purchase Order. (d) Heat Treatment must be performed in accordance with applicable specifications. (e) Type of Coating - ;N/A; (f) Aluminum alloy fasteners must be coated in accordance with MIL-DTL-1222, unless otherwise specified in paragraph (e) above. (g) Externally threaded titanium alloy fasteners must be anodized in accordance with MIL-DTL-1222, unless otherwise specified in paragraph (e) above. (h) Cut or ground threads ;are permitted.; . (i) See ordering data item (b) above as applicable. (j) Bearing Surfaces - ;Chamfered or Washer Faced; (k) Self-Locking element - ;N/A; (l) Marking must be as specified in paragraph 3.13 of MIL-DTL-1222. (m) Chemical, Mechanical, and Non-Destructive test results must be as specified elsewhere in this Contract/Purchase Order. (n) Resubmittal of fastener lots that failed an examination is not allowed unless specifically approved by the PCO. (o) Retesting of mechanical properties is not allowed unless specifically approved by the PCO. (p) Rework and resubmittal of lots must be in accordance with MIL-DTL-1222. (q) Inspection of defects must be in accordance with MIL-DTL-1222, unless otherwise specified elsewhere in this Contract/Purchase Order. (r) Acceptance criteria for inspection of defects must be in accordance with MIL-DTL-1222, unless otherwise specified in this Contract/Purchase Order. (S) Non-Destructive Testing must be in accordance with MIL-DTL-1222, unless otherwise specified elsewhere in this Contract/Purchase Order. (t) Mechanical testing must be performed after final heat treatment, unless otherwise specified elsewhere in this Contract/Purchase Order. (u) Preservation, packaging, and packing requirements must be as specified elsewhere in the contract/purchase order. (v) - (bb) Substituting material grades is not allowed unless specifically approved by the PCO. 3.1.1 ;Nut must be modified to include lockwire holes in accordance with Naval Ship Systems Command Drawing 4684413 Item Number 2.; 3.2 The Unit of Issue is EACH. The Contractor is required to provide one additional fastener for each uniquely identified heat/lot of material in each shipment. Complete traceability must be maintained on this extra fastener. 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing (if any) per applicable specifications is still required, but certifications are only required as listed below. Test - ;Liquid Penetrant Inspection; Item - ;Nut, Heavy Hexagon; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 3.4 Specification Change - For QQ-N-281, Class B material: 1 - Footnote 9 to Table II of QQ-N-281 does not apply. 2 - When starting material is Round Bar greater than 3" dia, the mechanical properties of Hex Bar apply. 3.5 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.6 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.6.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.6.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.8 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.9 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.10 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.10.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.10.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.10.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.10.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.10.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.11 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.11.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.11.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.12 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.12.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.12.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.12.3 The prime contractor must ensure that the purchased product conforms to specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.12.4 The prime contractor must evaluate the requirements of the contract and select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.12.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.13 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.13.1 Visual examination upon receipt to detect damage during transit. 3.13.2 Inspection for completeness and proper type. 3.13.3 Verification of material quality received. 3.13.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.13.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.13.6 Identification and protection from improper use or disposition. 3.13.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.13.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.13.9 Material returned to the contractor must be handled as GFM. 3.14 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. 3.14.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein. 3.15 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.16 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.16.1 Quantitative chemical and mechanical analysis of material is required ;in accordance with MIL-DTL-1222; .Test reports must be traceable to traceability marking on the material. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.16.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification for chemical composition must be overstamped and/or annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ________________ AND HEAT TREAT NUMBER ________________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.16.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.16.4 Statements on material certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.16.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.17 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability marking must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.17.1 Fasteners must be marked in accordance with ;MIL-DTL-1222; . The method of marking must be types I, II, III, V, VIII or IX of MIL-STD-792 except for grades 410, 416 and 431 in the H condition and grades 8, 630, A574, and 4340 which must be marked by method II when marking is applied after the final heat treatment. Markings on fasteners that are to be coated must be marked prior to coating and have a minimum depth of 4 mils. Traceability marking must be legible after the application of protective compounds. 3.17.2 Marking is required for all fasteners regardless of size and must include the material symbol, the manufacturer's identification symbol, and the traceability marking. Marking must be applied on the head of headed fastener (top preferred, side location if necessary). Where no contract invoked specification requirement exists for this marking, self-locking fasteners must be marked with six dots approximately .032" diameter, raised or depressed by approximately .010" located on the top perimeter of the head of the fastener in an arc or circular pattern. The six dots must be distinguishable from all other required markings. 3.18 Material Handling - The written material control process must include the following: 3.18.1 All raw materials must have traceability markings (except as specified below). 3.18.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.18.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.18.4 Purchase orders for raw material must specify that the material be traceable to material certification test reports by the traceability marking on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.18.5 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.19 Receiving inspection - 3.19.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.19.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.20 Discrepancy reporting - 3.20.1 Nonconforming products from sub-tier suppliers must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records will be maintained and available for review by the government Quality Assurance Representative (QAR). 3.21 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.21.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.21.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided the SPC methodology/system used provides acceptable products to the Government. However, the Government/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.21.3 All data concerning material verification (chemical and mechanical properties), traceability (material certifications to material marking), and nondestructive test (NDT) certifications for material must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.21.4 All metallic material must be 100% inspected for traceability marking and that the marking is legible. 3.22 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following in...

Deadline: 3/27/2026
Posted: 9/8/2025
SolicitationNAICS: 332722.0

NUT,PLAIN,HEXAGON

CONTACT INFORMATION|4|N743.45|WVX|7176053229|CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A |N/A|SEE DD FORM 1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332722|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| This amendment is issue to extend the closing date. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DX" rated order; "DX" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government?s beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=4684413 |80064| H| |D| | | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A|2 | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 Manufacture and Design - The item furnished under this contract/purchase order must meet the requirements as specified in MIL-DTL-1222, except as amplified or modified herein. MIL-DTL-1222 ordering data information is provided below. (a) Studs, bolts, hex cap screws, socket head cap screws, and nuts; MIL-DTL-1222. (b) Part Number - ;N/A; Configuration - ;NUT; Type - ;I; Style - ;N/A; Grade - ;405 (QQ-N-281); Condition - ;As formed or Stress Relieved; Size - ;1 1/2 inches; Length - ;N/A; Thread Series - ;6 UNC; Class of Fit - ;2B; End Configuration - ;N/A; (c) Issue of DoDISS is specified elsewhere in the Contract/Purchase Order. (d) Heat Treatment must be performed in accordance with applicable specifications. (e) Type of Coating - ;N/A; (f) Aluminum alloy fasteners must be coated in accordance with MIL-DTL-1222, unless otherwise specified in paragraph (e) above. (g) Externally threaded titanium alloy fasteners must be anodized in accordance with MIL-DTL-1222, unless otherwise specified in paragraph (e) above. (h) Cut or ground threads ;are permitted.; . (i) See ordering data item (b) above as applicable. (j) Bearing Surfaces - ;Chamfered or Washer Faced; (k) Self-Locking element - ;N/A; (l) Marking must be as specified in paragraph 3.13 of MIL-DTL-1222. (m) Chemical, Mechanical, and Non-Destructive test results must be as specified elsewhere in this Contract/Purchase Order. (n) Resubmittal of fastener lots that failed an examination is not allowed unless specifically approved by the PCO. (o) Retesting of mechanical properties is not allowed unless specifically approved by the PCO. (p) Rework and resubmittal of lots must be in accordance with MIL-DTL-1222. (q) Inspection of defects must be in accordance with MIL-DTL-1222, unless otherwise specified elsewhere in this Contract/Purchase Order. (r) Acceptance criteria for inspection of defects must be in accordance with MIL-DTL-1222, unless otherwise specified in this Contract/Purchase Order. (S) Non-Destructive Testing must be in accordance with MIL-DTL-1222, unless otherwise specified elsewhere in this Contract/Purchase Order. (t) Mechanical testing must be performed after final heat treatment, unless otherwise specified elsewhere in this Contract/Purchase Order. (u) Preservation, packaging, and packing requirements must be as specified elsewhere in the contract/purchase order. (v) - (bb) Substituting material grades is not allowed unless specifically approved by the PCO. 3.1.1 ;Nut must be modified to include lockwire holes in accordance with Naval Ship Systems Command Drawing 4684413 Item Number 2.; 3.2 The Unit of Issue is EACH. The Contractor is required to provide one additional fastener for each uniquely identified heat/lot of material in each shipment. Complete traceability must be maintained on this extra fastener. 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing (if any) per applicable specifications is still required, but certifications are only required as listed below. Test - ;Liquid Penetrant Inspection; Item - ;Nut, Heavy Hexagon; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 3.4 Specification Change - For QQ-N-281, Class B material: 1 - Footnote 9 to Table II of QQ-N-281 does not apply. 2 - When starting material is Round Bar greater than 3" dia, the mechanical properties of Hex Bar apply. 3.5 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.6 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.6.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.6.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.8 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.9 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.10 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.10.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.10.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.10.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.10.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.10.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.11 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.11.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.11.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.12 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.12.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.12.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.12.3 The prime contractor must ensure that the purchased product conforms to specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.12.4 The prime contractor must evaluate the requirements of the contract and select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.12.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.13 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.13.1 Visual examination upon receipt to detect damage during transit. 3.13.2 Inspection for completeness and proper type. 3.13.3 Verification of material quality received. 3.13.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.13.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.13.6 Identification and protection from improper use or disposition. 3.13.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.13.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.13.9 Material returned to the contractor must be handled as GFM. 3.14 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. 3.14.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein. 3.15 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.16 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.16.1 Quantitative chemical and mechanical analysis of material is required ;in accordance with MIL-DTL-1222; .Test reports must be traceable to traceability marking on the material. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.16.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification for chemical composition must be overstamped and/or annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ________________ AND HEAT TREAT NUMBER ________________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.16.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.16.4 Statements on material certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.16.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.17 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability marking must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.17.1 Fasteners must be marked in accordance with ;MIL-DTL-1222; . The method of marking must be types I, II, III, V, VIII or IX of MIL-STD-792 except for grades 410, 416 and 431 in the H condition and grades 8, 630, A574, and 4340 which must be marked by method II when marking is applied after the final heat treatment. Markings on fasteners that are to be coated must be marked prior to coating and have a minimum depth of 4 mils. Traceability marking must be legible after the application of protective compounds. 3.17.2 Marking is required for all fasteners regardless of size and must include the material symbol, the manufacturer's identification symbol, and the traceability marking. Marking must be applied on the head of headed fastener (top preferred, side location if necessary). Where no contract invoked specification requirement exists for this marking, self-locking fasteners must be marked with six dots approximately .032" diameter, raised or depressed by approximately .010" located on the top perimeter of the head of the fastener in an arc or circular pattern. The six dots must be distinguishable from all other required markings. 3.18 Material Handling - The written material control process must include the following: 3.18.1 All raw materials must have traceability markings (except as specified below). 3.18.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.18.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.18.4 Purchase orders for raw material must specify that the material be traceable to material certification test reports by the traceability marking on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.18.5 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.19 Receiving inspection - 3.19.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.19.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.20 Discrepancy reporting - 3.20.1 Nonconforming products from sub-tier suppliers must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records will be maintained and available for review by the government Quality Assurance Representative (QAR). 3.21 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.21.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.21.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided the SPC methodology/system used provides acceptable products to the Government. However, the Government/Navy Receipt Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.21.3 All data concerning material verification (chemical and mechanical properties), traceability (material certifications to material marking), and nondestructive test (NDT) certifications for material must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.21.4 All metallic material must be 100% inspected for traceability marking and that the marking is legible. 3.22 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following information: 1. Contractor's name, address and date. 2....

Deadline: 3/27/2026
Posted: 9/5/2025
SolicitationNAICS: 332722.0

COUPLING

CONTACT INFORMATION|4|N743.45|WVM|7176053229|CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A |N/A|SEE FORM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|336612|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| This amendment is issue to extend the closing date. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be DX rated order; DX rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=547C002674 |34228| V| |D| | | | DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B271 | | | |140401|A| | | DOCUMENT REF DATA=ASTM-B505 | | | |180301|A| | | DOCUMENT REF DATA=ASTM-B584 | | | |110401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The Coupling must be in accordance with Kollmorgen drawing 547C002674, except as amplified or modified herein.; 3.2 ;No weld repair allowed on UNS Alloy C92300 material.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Coupling, drawing 547C002674; Material - ;ASTM-B271, Alloy C92300 or ASTM-B505, Alloy C92300 or ASTM B584 Alloy C92300 and must meet the mechanical properties cited in note 9.2 on drawing 547C002674; ;No heat treatment or temper is required for alloy C92300; 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - ;Dye Penetrant Inspection; Item - ;Coupling, drawing 547C002674; Performance - T9074-AS-GIB-010/271 Acceptance - S9074-AR-GIB-010A/278 3.5 Radiography is required on ;Each Coupling; . 3.6 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.6.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.6.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.6.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.7 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.8 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.9 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.9.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.9.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.9.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.10 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.11 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.11.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.12 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.13 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.13.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.13.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.13.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.13.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.13.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.13.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.13.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.13.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.13.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.13.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.13.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.13.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.14 Radiography (RT) - Radiography must be performed in accordance with T9074-AS-GIB-010/271. RT acceptable criteria for castings to be criticality level I per the applicable table of S9074-AR-GIB-010A/278. RT acceptance criteria for weldments to be per the applicable table of S9074-AR-GIB-010A/278 (P-1 piping) or MIL-STD-2035, class 1, as applicable. 3.14.1 See CDRL DI-MISC-80678 (RSS) - The Contractor or activity performing the radiography must be responsible for preparing the radiographic shooting sketches (RSS) in accordance with T9074-AS-GIB-010/271. Shooting sketch approval is not required for radiography of weldments. The radiographic standard shooting sketches (RSSS) referenced on the applicable drawing may be used, however, since T9074-AS-GIB-010/271 permits a variety of processes, the RSSS may not be applicable as they will not necessarily depend only on the coverage requirements, but also on the equipment and procedures of the particular radiographic facility. Approval of these shooting sketches or radiographic standard shooting sketches is required per S9074-AR-GIB-010A/278. If this data has been previously approved by a Navy activity, the original approval letter must be submitted at the same time as RT film and reader sheet submittal. 3.14.2 All pieces radiographed must be permanently marked with "RT" and a unique RT serial number. (The unique RT serial number must be directly traceable to the RT film.) 3.14.3 See CDRL DI-MISC-80678 (Production Radiography) - Production Radiography requires final acceptance by the Navy. The items listed below must be submitted for final acceptance, cataloging, file, and retention. They must be submitted and approved prior to shipment of the applicable hardware. However, when the source certification clause is invoked, they must be submitted a minimum of forty-five (45) working days prior to the date of source certification inspection. (a) Film (b) RSS/RSSS (c) RS (Reader Sheets) (d) Documentation record listing the part number, heat/lot traceability, and theunique RT serial number (which is traceable to the RT film and reader sheet) 3.15 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.15.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.15.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.15.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.15.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.15.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.16 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.16.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.16.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.17 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.17.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.17.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.17.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.17.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.17.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.18 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.18.1 Visual examination upon receipt to detect damage during transit. 3.18.2 Inspection for completeness and proper type. 3.18.3 Verification of material quality received. 3.18.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.18.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.18.6 Identification and protection from improper use or disposition. 3.18.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.18.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.18.9 Material returned to the contractor must be handled as GFM. 3.19 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.19.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.20 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.20.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.20.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.20.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;The coupling must be marked in the area shown on drawing 547C0033140; 3.21 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.21.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.21.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purch...

Deadline: 3/27/2026
Posted: 9/5/2025
SolicitationNAICS: 336612.0

59--CABLE HEADSET ASSY

CONTACT INFORMATION|4|N743.43|WWJ|717-605-3992|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATIONS SECTION C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The hour and date specified for receipt of offers has been extended to 4:30PM EST on 27 March 2026. The hour and date specified for receipt of offers has been extended to 4:30PM EST on 28 November 2025. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (390 days) Approval of weld procedures and qual data60 days after receipt FAT REPORT180 DAYS AFTER APPROVAL OF PRLT APPROVAL OF FAT REPORT60 DAYS AFTER RECEIPT \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;CABLE HEADSET ASSY; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=5486639 |53711| W| |D|0001 | W|49998|3053606 DRAWING DATA=5486641 |53711| K| |D|0001 | K|49998|1542116 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24231 | | |E |130426|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| DOCUMENT REF DATA=S9320-AM-PRO-020/MLDG | | |2 |990801|A| | | DOCUMENT REF DATA=S9320-AM-PRO-030/MLDG | | |3 |050201|A| | | 3. REQUIREMENTS 3.1 ;This Cable Assembly must be manufactured in accordance with NAVSEA drawing number 5486639, Item 153, NAVSEA drawing number 5486641, item 28, and CSD313, except as amplified or modified herein.; 3.2 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD313; in ECDS at https://register.nslc.navy.mil/ 3.3 ;Note 13 of drawing 5486641 does not apply.; 3.4 ;Drawing 7329665 does not apply.; 3.5 Prior to molding, MIL-DTL-24231 connector plug bodies must be treated with a Non-Conductive Coating (NCC) plasma spray in accordance with NAVSEA S9320-AM-PRO-030/MLDG by an approved vendor listed in CSD024 of the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/ 3.5.1 The approved vendor utilized for this contract, if other than the prime manufacturer, must be identified on the Special Emphasis C of C. 3.6 The cable assembly must be wired and molded in accordance with volume II of NAVSEA S9320-AM-PRO-020/MLDG by an approved vendor listed in CSD023 of the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/ 3.6.1 The approved vendor utilized for this contract, if other than the prime manufacturer, must be identified on the Special Emphasis C of C. 3.7 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.8 ;One complete Cable assembly must be subjected to First Article Tests per MIL-DTL-24231 type 1 with the following exceptions: A) Hydrostatic testing is not required and not be performed B) The insulation resistance check must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 C) The continuity check must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 D) The dielectric strength test must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 at 1250V AC; 3.9 ;Each Cable assembly must be subjected to Quality conformance tests per MIL-DTL-24231 Type 1 with the following exceptions: (Certificate of Compliance only) A) Hydrostatic testing is not required and not be performed B) The insulation resistance check must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5. C) The continuity check must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 D) The dielectric strength test must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 at 1250V AC; 3.10 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.11 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.11.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.11.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.11.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.11.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.12 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.13 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.13.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.13.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.13.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.13.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.13.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.14 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.14.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.14.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.15 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.16 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.16.1 Visual examination upon receipt to detect damage during transit. 3.16.2 Inspection for completeness and proper type. 3.16.3 Verification of material quality received. 3.16.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.16.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.16.6 Identification and protection from improper use or disposition. 3.16.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.16.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.16.9 Material returned to the contractor must be handled as GFM. 3.17 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.17.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.18 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.18.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.18.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.19 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.19.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.19.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.19.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.20 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.20.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.21 See CDRL DI-NDTI-80809 (First Article Testing) - First Article Test/Inspection (Contractor) - The Contractor must conduct ;destructive; First Article Test/Inspection on ;one complete cable assembly; unit(s) in accordance with requirements ;of section 3 of this contract; . 3.22 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following information: 1. Contractor's name, address, phone number and date. 2. The NAVSUP contract/purchase order number (i.e. N00104-11-P-FA12) 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Component Serial Number 5. Lubricants, sealants, anti-seize, and/or thread locking compounds. ("N/A" when Not Applicable). 6. Cure date ("N/A" when Not Applicable). 7. Manufacturer's compound number ("N/A" when Not Applicable). 8. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 9. A statement listing each contractually invoked Hull Mechanical and Electrical (HM&E) testing by name, and that it was performed satisfactorily. ("N/A" when Not Applicable) 10. A statement to the effect that all items furnished on this contract are in full compliance with this procurement document including any invoked specifications and drawings. 11. Contractor's or authorized personnel's signature and printed name. 3.23 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, or S-5343934-3, the Certificate of Compliance must also include the information below: 3.23.1 Direct reading of O-ring surface diameters with specified standard. 3.24 For all electrical components, the following applies: 1. First Article Inspection: As specified elsewhere in Paragraph 3 per applicable manuals, instruction, drawings, or specifications. Cables that have been repaired and returned to service will require First Article Inspection to be performed at the time of rectification for use. 2. For C of C involving more than one cable assembly, the date of testing must be marked as the day in which the final cable assembly for the contract lot was tested. 3. Test Acceptance Signature: Contractor's authorized personnel must sign at the completion of all required testing indicating acceptance of all recorded data and certifying the satisfactory completion of the required test(s).NOTE: The Test Acceptance Signature must be annotated as attesting that the person who actually performed or witnessed the test is verifying that all associated test parameters were met. 4. The contractor's internal test documentation must note acceptability by the initials and date of the person performing the test and must be maintained by the contractor in accordance with contract requirements. 5. Identification for each cable or lot of cables tested together and identified with component serial number to the objective quality evidence (test records held at manufactures facility). This is necessary to correlate the testing records to the cables tested. 6. Dielectric Strength Testing: Manufacturer is required to record the required and actual voltage, frequency, and duration. 7. Hydrostatic Testing: Manufacturer is required to identify the hydrostatic test duration and number of cycles (e.g. Cycle 1 - 3 X 100 +/-5 psig for 5 minutes) required and those actually accomplished during testing. Manufacturer is to record the results of Continuity Testing ,in addition to Insulation Resistance Testing, before and after Hydrostatic Testing. Low Voltage Insulation Resistance testing may be utilized when damage to the equipment is highly probable. 8. Manufacturer is required to document the required test value or parameter and test tolerance with which the testing is specified to be performed. This information comes from the Government Furnished Information (e.g. the specification or governing requirement document). When documenting the observed test pressure for cable lots, minimum and maximum pressure observed must be reported. 1. Manufacturer must indicate the required duration for testing as outlined by GFI and actual test duration witnessed at that time. 2. Manufacturer documentation must specify the required test medium as outlined by GFI as well as the actual test medium used for testing. 3. Manufacturer must include all reporting of allowable leakage specified within GFI in addition to actual leakage experienced during testing (when specified and allowed). 3.25 The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.25.1 All records generated by the manufacturer, which are used as the basis for completing the C of C, are required to be retained at the manufacturers facility for a minimum of seven years, or as noted by the requirements of the contractually invoked documents. 3.25.2 Manufacture's objective quality evidence documentation and reference data applicable to this contract are not required to be shipped as a deliverable, however these articles must be made available for review by the Government. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and the Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and the Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and the Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and the Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in dep...

Deadline: 3/27/2026
Posted: 9/22/2025
SolicitationNAICS: 335931.0

59--CABLE HEADSET ASSY

CONTACT INFORMATION|4|N743.43|WWJ|717-605-3992|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATIONS SECTION C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The hour and date specified for receipt of offers has been extended to 4:30PM EST on 27 March 2026. The hour and date specified for receipt of offers has been extended to 4:30PM EST on 28 November 2025. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (390 days) Approval of weld procedures and qual data60 days after receipt FAT REPORT180 DAYS AFTER APPROVAL OF PRLT APPROVAL OF FAT REPORT60 DAYS AFTER RECEIPT \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;CABLE HEADSET ASSY; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=5486639 |53711| W| |D|0001 | W|49998|3053606 DRAWING DATA=5486641 |53711| K| |D|0001 | K|49998|1542116 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24231 | | |E |130426|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| DOCUMENT REF DATA=S9320-AM-PRO-020/MLDG | | |2 |990801|A| | | DOCUMENT REF DATA=S9320-AM-PRO-030/MLDG | | |3 |050201|A| | | 3. REQUIREMENTS 3.1 ;This Cable Assembly must be manufactured in accordance with NAVSEA drawing number 5486639, Item 153, NAVSEA drawing number 5486641, item 28, and CSD313, except as amplified or modified herein.; 3.2 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD313; in ECDS at https://register.nslc.navy.mil/ 3.3 ;Note 13 of drawing 5486641 does not apply.; 3.4 ;Drawing 7329665 does not apply.; 3.5 Prior to molding, MIL-DTL-24231 connector plug bodies must be treated with a Non-Conductive Coating (NCC) plasma spray in accordance with NAVSEA S9320-AM-PRO-030/MLDG by an approved vendor listed in CSD024 of the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/ 3.5.1 The approved vendor utilized for this contract, if other than the prime manufacturer, must be identified on the Special Emphasis C of C. 3.6 The cable assembly must be wired and molded in accordance with volume II of NAVSEA S9320-AM-PRO-020/MLDG by an approved vendor listed in CSD023 of the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/ 3.6.1 The approved vendor utilized for this contract, if other than the prime manufacturer, must be identified on the Special Emphasis C of C. 3.7 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.8 ;One complete Cable assembly must be subjected to First Article Tests per MIL-DTL-24231 type 1 with the following exceptions: A) Hydrostatic testing is not required and not be performed B) The insulation resistance check must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 C) The continuity check must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 D) The dielectric strength test must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 at 1250V AC; 3.9 ;Each Cable assembly must be subjected to Quality conformance tests per MIL-DTL-24231 Type 1 with the following exceptions: (Certificate of Compliance only) A) Hydrostatic testing is not required and not be performed B) The insulation resistance check must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5. C) The continuity check must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 D) The dielectric strength test must be per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 at 1250V AC; 3.10 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.11 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.11.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.11.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.11.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.11.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.12 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.13 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.13.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.13.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.13.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.13.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.13.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.14 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.14.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.14.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.15 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.16 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.16.1 Visual examination upon receipt to detect damage during transit. 3.16.2 Inspection for completeness and proper type. 3.16.3 Verification of material quality received. 3.16.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.16.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.16.6 Identification and protection from improper use or disposition. 3.16.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.16.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.16.9 Material returned to the contractor must be handled as GFM. 3.17 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.17.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.18 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.18.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.18.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.19 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.19.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.19.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.19.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.20 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.20.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.21 See CDRL DI-NDTI-80809 (First Article Testing) - First Article Test/Inspection (Contractor) - The Contractor must conduct ;destructive; First Article Test/Inspection on ;one complete cable assembly; unit(s) in accordance with requirements ;of section 3 of this contract; . 3.22 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following information: 1. Contractor's name, address, phone number and date. 2. The NAVSUP contract/purchase order number (i.e. N00104-11-P-FA12) 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Component Serial Number 5. Lubricants, sealants, anti-seize, and/or thread locking compounds. ("N/A" when Not Applicable). 6. Cure date ("N/A" when Not Applicable). 7. Manufacturer's compound number ("N/A" when Not Applicable). 8. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 9. A statement listing each contractually invoked Hull Mechanical and Electrical (HM&E) testing by name, and that it was performed satisfactorily. ("N/A" when Not Applicable) 10. A statement to the effect that all items furnished on this contract are in full compliance with this procurement document including any invoked specifications and drawings. 11. Contractor's or authorized personnel's signature and printed name. 3.23 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, or S-5343934-3, the Certificate of Compliance must also include the information below: 3.23.1 Direct reading of O-ring surface diameters with specified standard. 3.24 For all electrical components, the following applies: 1. First Article Inspection: As specified elsewhere in Paragraph 3 per applicable manuals, instruction, drawings, or specifications. Cables that have been repaired and returned to service will require First Article Inspection to be performed at the time of rectification for use. 2. For C of C involving more than one cable assembly, the date of testing must be marked as the day in which the final cable assembly for the contract lot was tested. 3. Test Acceptance Signature: Contractor's authorized personnel must sign at the completion of all required testing indicating acceptance of all recorded data and certifying the satisfactory completion of the required test(s).NOTE: The Test Acceptance Signature must be annotated as attesting that the person who actually performed or witnessed the test is verifying that all associated test parameters were met. 4. The contractor's internal test documentation must note acceptability by the initials and date of the person performing the test and must be maintained by the contractor in accordance with contract requirements. 5. Identification for each cable or lot of cables tested together and identified with component serial number to the objective quality evidence (test records held at manufactures facility). This is necessary to correlate the testing records to the cables tested. 6. Dielectric Strength Testing: Manufacturer is required to record the required and actual voltage, frequency, and duration. 7. Hydrostatic Testing: Manufacturer is required to identify the hydrostatic test duration and number of cycles (e.g. Cycle 1 - 3 X 100 +/-5 psig for 5 minutes) required and those actually accomplished during testing. Manufacturer is to record the results of Continuity Testing ,in addition to Insulation Resistance Testing, before and after Hydrostatic Testing. Low Voltage Insulation Resistance testing may be utilized when damage to the equipment is highly probable. 8. Manufacturer is required to document the required test value or parameter and test tolerance with which the testing is specified to be performed. This information comes from the Government Furnished Information (e.g. the specification or governing requirement document). When documenting the observed test pressure for cable lots, minimum and maximum pressure observed must be reported. 1. Manufacturer must indicate the required duration for testing as outlined by GFI and actual test duration witnessed at that time. 2. Manufacturer documentation must specify the required test medium as outlined by GFI as well as the actual test medium used for testing. 3. Manufacturer must include all reporting of allowable leakage specified within GFI in addition to actual leakage experienced during testing (when specified and allowed). 3.25 The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.25.1 All records generated by the manufacturer, which are used as the basis for completing the C of C, are required to be retained at the manufacturers facility for a minimum of seven years, or as noted by the requirements of the contractually invoked documents. 3.25.2 Manufacture's objective quality evidence documentation and reference data applicable to this contract are not required to be shipped as a deliverable, however these articles must be made available for review by the Government. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and the Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and the Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and the Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and the Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in dep...

Deadline: 3/27/2026
Posted: 9/5/2025
SolicitationNAICS: 335931.0

48--PARTS KIT,BALL VALV

CONTACT INFORMATION|4|N743.43|WWV|717-605-3992|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATIONS SECTION C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The hour and date specified for receipt of offers has been extended to 4:30PM EST on 27 March 2026. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (210 days) 3. This procurement is issued EAF. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 LI-SOC ITEM - It has been determined that this item falls within both the Level I boundary and the Scope of Certification (SOC) boundary. 1.1.2 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.3 This ; PARTS KIT,BALL VALV; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=EB-4147 |96169| B|SP |D| | | | DRAWING DATA=7284884 |53711| F| |D| | | | DRAWING DATA=8544033 |53711| G| |D| | | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-STD-1330 | | |E |220516|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=SAE AMS-QQ-S-763 | | |D |150301|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;Ball Valve Parts Kit must be made in accordance with and consist of one Ball, item 3 on Naval Sea Systems Command Drawing 8544033, and two mating Seats, Item 45 on Naval Sea Systems Command Drawing 7284884, except as amplified or modified herein; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Ball - Item 3; Material - ;SAE-AMS-QQ-S-763, Class 304, Condition A; Part - ;Seat - Item 45; Material - Torlon 4503, 4203, or 4203L (unfilled polyamide-imide) per Electric Boat Specification 4147. (Certificate of Compliance only is required) 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Attribute - ;Odor Testing; Item - ;Seats, Item 45; Performance - ;Paragraph F.4.4.1.b of NAVSEA SS800-AG-MAN-010/P-9290; Test - Intergranular Corrosion Test (Only for SAE-AMS-QQ-S-763, Classes 304-condition A, 304L, 316-condition A, 316L, 317-condition A, 321 and 347 material. Test must be performed prior to fabrication/machining) Item - ;Ball - item 3; Performance - SAE-AMS-QQ-S-763 Acceptance - SAE-AMS-QQ-S-763 Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 Seat Stack Height Measurement - To ensure that each seat is within tolerance, check each seat individually by measuring the seat height with the ball resting on the seat. Limits are determined by the ball diameter tolerance and the stack height tolerance combined. Refer to CSD171 for recommended methods to measure and calculate stack heights. CSD171 is available in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.5 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.6 ;Surface waviness must be verified prior to Teflon coating.; 3.7 Chemours Company (formerly DuPont) Teflon Coating 850G-204 and 852G-201. Use of Chemours Company (formerly DuPont) Teflon Coating 851N-204 and 852N-201 is acceptable until exhausted - Teflon coating of ball(s) must be in accordance with general note ;6; of drawing ;8544033; . 3.7.1 Naval Ordnance Systems Command OD 10362 First Revision dated 15 Aug 1961 is provided by Contract Support Library Reference Number CSD018 in ECDS at https://register.nslc.navy.mil/ 3.8 Oxygen Cleaning - This material must be cleaned, tested, packaged & labeled by trained personnel and procedures in accordance with MIL-STD-1330, General. 3.9 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.10 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.11 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.11.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. 3.12 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.12.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.12.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.12.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.13 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.13.1 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.14 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.15 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.15.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.15.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.15.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.15.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.15.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.16 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.16.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.16.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.17 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.18 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.18.1 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.18.2 The prime contractor must ensure that the purchased product conforms to specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.18.3 The prime contractor must evaluate the requirements of the contract and select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.18.4 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.19 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.19.1 Visual examination upon receipt to detect damage during transit. 3.19.2 Inspection for completeness and proper type. 3.19.3 Verification of material quality received. 3.19.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.19.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.19.6 Identification and protection from improper use or disposition. 3.19.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.19.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.19.9 Material returned to the contractor must be handled as GFM. 3.20 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.20.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein. 3.21 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number for metallic material or batch of non-metallic material, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.21.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.21.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.21.3 Permanent marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;Balls must be marked in the airway and Seats to be marked on the outer cylindrical surface; 3.21.4 Seat Marking - Each seat must be permanently marked in accordance with MIL-STD-792, type I and as stated below, except for Teflon seats, which must only be tagged. Type IX marking may be substituted for type I, provided the minimum character size scribed by the marking tool must be approximately 3/32 inch high to insure legibility. Permanent marking is not permitted on Teflon seats. Seat marking requirements must maintain complete traceability to certification OQE. Seat marking must be either heat/lot or batch number, a vendor traceability number/code, or a combination thereof and must be unique to the material certification. 3.21.5 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the item identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.22 See CDRL-DI-MISC-81020 (Chemical and Mechanical) and CDRL DI-MISC-80678 (SEAT MATERIAL) - Material Certifications - The following material certification requirements apply: 3.22.1 Metallic Material - Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.22.2 Non-Metallic Material - The Contractor must furnish the applicable test reports for each heat/lot/batch of seat material. Material certification test reports must include, in addition to the specification, the class, form, grade, type, process, and/or composition, as applicable, of the material supplied. 3.22.3 Re-identification and re-certification of metallic material is required when the material is subjected to a process which alters its properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. TRACEABILITY MARKING________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER _______________ AND HEAT TREAT NUMBER ______________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.22.4 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.22.5 Statements on material certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.22.6 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.23 Material Handling - The written material control process must include the following: 3.23.1 All raw materials must have traceability markings (except as specified below). 3.23.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.23.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of heats/lots or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.23.4 Brazing or weld filler metals for strength welds forming or integral with pressure containing components or assemblies requiring traceability must be verified to be the correct material, and type or grade, as applicable, prior to consumption. At a minimum, material verification must consist of inspection of material test reports for conformance to specified requirements. Control of welding and brazing filler metals must be maintained to the point of consumption to assure use of the correct type and grade. Markings and traceability requirements do not apply to brazing and weld filler metals after consumption. It is the responsibility of the prime contractor to ensure conformance with the above requirements on welds performed by their subcontractors. 3.23.5 Purchase orders for raw material must specify that the material be traceable to material certification test reports by traceability markings on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.23.6 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.24 Receiving Inspection 3.24.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.24.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.25 Discrepancy Reporting 3.25.1 Nonconforming products must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records will be maintained and available for review by the government Q...

Deadline: 3/27/2026
Posted: 9/5/2025
SolicitationNAICS: 332919.0

TAILPIECE ASSEMBLY

CONTACT INFORMATION|4|N743.45|WVQ|7176053229|CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040-CERTIFICATIONS, S4306A-MATERAIL|N50286|TBD|133.2|N/A|N/A|N39040|N/A|N/A|SEE DD FORM 1423|PO RT_PTNH_WAWF_NOTIFICATION@NAVY.MIL CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| This amendment is issue to extend the closing date. This amendment is issue to extend the closing date. This amendment is issued to allow the drawings to be uploaded and to provide vendors the opportunity to submit their quotes. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be DO rated order; DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;6404016 - CONFIDENTIAL; 2.3 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.3.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.3.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.3.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=4384678 |80064| C| |D|0001 | C|49998|1136401 DRAWING DATA=4384678C06 |53711| C|DN |D|0001 | C|49998|0033961 DRAWING DATA=4385050 |80064| C| |D|0001 | C|49998|0451442 DRAWING DATA=4385050 |80064| C| |D|0002 | C|49998|0678090 DRAWING DATA=4385050 |80064| C| |D|0003 | C|49998|0767802 DRAWING DATA=4385050 |80064| C| |D|0004 | C|49998|0647579 DRAWING DATA=4385050 |80064| C| |D|0005 | C|49998|0676019 DRAWING DATA=4385050 |80064| C| |D|0006 | C|49998|0560045 DRAWING DATA=4385050 |80064| C| |D|0007 | C|49998|0427112 DRAWING DATA=4385050 |80064| C| |D|0008 | C|49998|0680510 DRAWING DATA=4385050 |80064| C| |D|0009 | C|49998|0574591 DRAWING DATA=4385050 |80064| C| |D|0010 | C|49998|0463459 DRAWING DATA=4385050 |80064| C| |D|0011 | C|49998|0562323 DRAWING DATA=4385050 |80064| C| |D|0012 | C|49998|0533163 DRAWING DATA=4385050 |80064| C| |D|0013 | C|49998|0430211 DRAWING DATA=4385050 |80064| C| |D|0014 | C|49998|0553678 DRAWING DATA=4385050 |80064| C| |D|0015 | C|49998|0424546 DRAWING DATA=4385050 |80064| C| |D|0016 | C|49998|0511681 DRAWING DATA=4385050 |80064| C| |D|0017 | C|49998|0490597 DRAWING DATA=4385050 |80064| C| |D|0018 | C|49998|0161231 DRAWING DATA=6404016 |53711| B| |F|0001 | B|00026|0000000 DRAWING DATA=6408529 |53711| C| |D|0001 | C|49998|0471414 DRAWING DATA=6408529 |53711| C| |D|0001.A | C|49998|0332904 DRAWING DATA=6408529 |53711| C| |D|0001.B | C|49998|0345072 DRAWING DATA=6408529 |53711| C| |D|0002 | C|49998|0298556 DRAWING DATA=6408529 |53711| C| |D|0002.A | C|49998|0303003 DRAWING DATA=6408529 |53711| C| |D|0002.B | C|49998|0319148 DRAWING DATA=6408529 |53711| C| |D|0002.C | C|49998|0235527 DRAWING DATA=6408529 |53711| C| |D|0002.D | B|49998|0276389 DRAWING DATA=6408529 |53711| C| |D|0002.E | B|49998|0260935 DRAWING DATA=6408529 |53711| C| |D|0002.F | B|49998|0243303 DRAWING DATA=6408529 |53711| C| |D|0003 | C|49998|0270451 DRAWING DATA=6408529 |53711| C| |D|0003.A | C|49998|0288663 DRAWING DATA=6408529 |53711| C| |D|0003.B | C|49998|0307445 DRAWING DATA=6408529 |53711| C| |D|0003.C | C|49998|0292708 DRAWING DATA=6408529 |53711| C| |D|0003.D | C|49998|0299361 DRAWING DATA=6408529 |53711| C| |D|0003.E | C|49998|0281233 DRAWING DATA=6408529 |53711| C| |D|0003.F | C|49998|0334124 DRAWING DATA=6408529 |53711| C| |D|0003.G | C|49998|0313284 DRAWING DATA=6408529 |53711| C| |D|0003.H | C|49998|0300646 DRAWING DATA=6408529 |53711| C| |D|0003.J | C|49998|0279814 DRAWING DATA=6408529 |53711| C| |D|0003.K | C|49998|0297569 DRAWING DATA=6408529 |53711| C| |D|0003.L | C|49998|0289795 DRAWING DATA=6408529 |53711| C| |D|0004 | C|49998|0238167 DRAWING DATA=6408529 |53711| C| |D|0005 | A|49998|0142890 DRAWING DATA=6408529 |53711| C| |D|0006 | B|49998|0198379 DRAWING DATA=6408529 |53711| C| |D|0007 | A|49998|0157342 DRAWING DATA=6408529 |53711| C| |D|0008 | A|49998|0166003 DRAWING DATA=6408529 |53711| C| |D|0009 | B|49998|0203178 DRAWING DATA=6408529 |53711| C| |D|0010 | A|49998|0107019 DRAWING DATA=6408529 |53711| C| |D|0011 | C|49998|0192483 DRAWING DATA=6408529 |53711| C| |D|0012 | A|49998|0104270 DRAWING DATA=6408529 |53711| C| |D|0013 | A|49998|0099090 DRAWING DATA=6408529 |53711| C| |D|0014 | A|49998|0107926 DRAWING DATA=6408529 |53711| C| |D|0015 | C|49998|0204749 DRAWING DATA=6408529 |53711| C| |D|0016 | C|49998|0152364 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B369 | | | |200401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The Tailpiece Assembly for a 2 Inch Combination Hull and Backup Ball Valve must be in accordance with Naval Sea Systems Command Drawing 801-6408529, Find No. 80 and DN4384678C06, except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Tailpiece - Find No. 80-S1 of Drawing 6408529; Material - ;ASTM-B369, Alloy UNS C96400; 3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification Test - Weldability Test of ASTM-B369 material Item - ;Tailpiece - Find No. 80-S1 of Drawing 6408529; Performance - ASTM-B369 Acceptance - ASTM-B369 Test - ;Hydrostatic Test; Item - ;Tailpiece - Find No. 80-S1 of Drawing 6408529; Performance - ;150% of Item 12 of Drawing 6404016 for a minimum of 5 minutes; Acceptance - ;No leakage or permanent deformation; 3.4 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;Drawing 830-6404016, Rev B; and the item number to which the item was tested in lieu of the actual pressures. Any drawing requirement to mark the working pressure on the item does not apply and is strictly prohibited. 3.5 Radiography is required on ;the Tailpiece - Find No. 80-S1; . 3.6 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.7 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.8 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.8.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.8.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.8.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.9 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.10 Installation of titanium shims must be performed using section 6.1.3 of the procedure provided in CSD158 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. Paragraph 6.1.3.9 is not applicable. 3.10.1 Use of alternative epoxies, other than the epoxies listed in EQUIPMENT/MATERIAL section of CSD158, must be requested as stated elsewhere in the Contract/Purchase Order. 3.11 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.12 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.13 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.13.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.13.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.13.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.14 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.15 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.15.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.16 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.17 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.17.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.17.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.17.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.17.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.17.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.18 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.18.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.18.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.19 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.19.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.19.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.19.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.19.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.19.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.20 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.20.1 Visual examination upon receipt to detect damage during transit. 3.20.2 Inspection for completeness and proper type. 3.20.3 Verification of material quality received. 3.20.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.20.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.20.6 Identification and protection from improper use or disposition. 3.20.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.20.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.20.9 Material returned to the contractor must be handled as GFM. 3.21 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.21.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.22 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.22.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.22.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.22.3 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the assembly identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.22.4 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.23 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.23.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.23.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as requir...

Deadline: 3/27/2026
Posted: 9/8/2025
SolicitationNAICS: 332919.0

61--CABLE ASSEMBLY,SPEC

CONTACT INFORMATION|4|N743.43|WWJ|717-605-3992|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATIONS SECTION C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335311|800|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The hour and date specified for receipt of offers has been extended to 4:30PM EST on 27 March 2026. The hour and date specified for receipt of offers has been extended to 4:30PM EST on 28 November 2025. The hour and date specified for receipt of offers has been extended to 4:30PM EST on 21 August 2025. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (210 days) \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;Cable Assembly; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=S-5343934-2 |53711| G|PS |D|0001 | G|49998|0006770 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0002 | G|49998|0065427 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0003 | G|49998|0066314 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0004 | G|49998|0067102 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0005 | G|49998|0067471 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0006 | G|49998|0067654 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0007 | G|49998|0067056 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0008 | G|49998|0065247 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0009 | G|49998|0066592 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0010 | G|49998|0065586 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0011 | G|49998|0065340 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0012 | G|49998|0069404 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0013 | G|49998|0066344 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0014 | G|49998|0065445 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0015 | G|49998|0071369 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0016 | G|49998|0067353 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0017 | G|49998|0067656 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0018 | G|49998|0071052 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0019 | G|49998|0068417 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0020 | G|49998|0067377 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0021 | G|49998|0068241 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0022 | G|49998|0068866 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0023 | G|49998|0068702 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0024 | G|49998|0068065 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0025 | G|49998|0067709 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0026 | G|49998|0066916 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0027 | G|49998|0066393 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0028 | G|49998|0066198 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0029 | G|49998|0068711 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0030 | G|49998|0089786 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0031 | G|49998|0029775 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0032 | G|49998|0030019 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0033 | G|49998|0084327 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0034 | G|49998|0085842 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0035 | G|49998|0084383 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0036 | G|49998|0044587 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0037 | G|49998|0101905 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0038 | G|49998|0033628 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0039 | G|49998|0091810 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0040 | G|49998|0074342 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0041 | G|49998|0086740 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0042 | G|49998|0074050 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0043 | G|49998|0109000 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0044 | G|49998|0078604 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0045 | G|49998|0085872 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0046 | G|49998|0081248 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0047 | G|49998|0090059 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0048 | G|49998|0081329 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24231 | | |E |130426|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | DOCUMENT REF DATA=S9320-AM-PRO-020/MLDG | | |2 |990801|A| | | 3. REQUIREMENTS 3.1 ;This Cable Assembly must be manufactured in accordance with Dry Deck Shelter (DDS) procurement specification S-5343934-2, specification sheet S-5343934-2/6, part number 1208208-0509, except as amplified or modified herein.; 3.2 ;MIL-DTL-24231 and the required slash sheets must be used in lieu of MIL-C-24231.; 3.3 The cable assembly must be wired and molded in accordance with volume II of NAVSEA S9320-AM-PRO-020/MLDG by an approved vendor listed in CSD023 of the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/ 3.3.1 The approved vendor utilized for this contract, if other than the prime manufacturer, must be identified on the Special Emphasis C of C. 3.4 Each cable assembly must be subjected to the Quality Conformance tests of specification S-5343934-2 Tables 2 and 3; except that Table 3 of S-5343934-2 must be modified by CSD031 of the Contract Support Library. 1. Examination of Product IAW paragraph 3.4 and tested to paragraph 4.6 2. Dielectric Withstanding Voltage IAW paragraph 3.6.1 and tested to paragraph 4.7.1 3. Continuity IAW paragraph 3.6.2 and tested to paragraph 4.7.2 4. Insulation Resistance IAW paragraph 3.6.3 and tested to paragraph 4.7.3 5. Hydrostatic Pressure IAW paragraph 3.6.4 and tested to paragraph 4.7.4 6. Post-Test Examination of Product IAW paragraph 4.6.1 3.4.1 Each conformance test must be listed separately on the Navy Special Emphasis Program (NSEP) Certificate of Compliance (C of C) as being performed and found acceptable. 3.5 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.6 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD031; in ECDS at https://register.nslc.navy.mil/ 3.7 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.8 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.9 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.10 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.10.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.10.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.10.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.10.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.11 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.12 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.12.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.12.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.12.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.12.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.12.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.13 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.13.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.13.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.14 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.15 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.15.1 Visual examination upon receipt to detect damage during transit. 3.15.2 Inspection for completeness and proper type. 3.15.3 Verification of material quality received. 3.15.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.15.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.15.6 Identification and protection from improper use or disposition. 3.15.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.15.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.15.9 Material returned to the contractor must be handled as GFM. 3.16 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.16.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.17 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.17.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.17.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.18 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.18.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.18.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.18.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.19 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.19.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.20 See CDRL DI-NDTI-80809 (First Article Testing) - First Article Test/Inspection (Contractor) - The Contractor must conduct ;destructive; First Article Test/Inspection on ;one Cable Assembly, consisting of one-three contact plug assembly with 90 degree backshell, one-seven contact straight plug assembly and one conduit 30 inches long; unit(s) in accordance with requirements ;of S-5343934-2 Paragraph 4.4; . 3.21 See CDRLs DI-MISC-80875 (welding procedures) and DI-MISC-80876 (weld procedure qualification data) - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. Note: These requirements do not apply to tack/spot welds. 3.21.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.21.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. "WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC." WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ.") 3.21.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendor's responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.21.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.21.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.21.6 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.21.7 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.22 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following information: 1. Contractor's name, address, phone number and date. 2. The NAVSUP contract/purchase order number (i.e. N00104-11-P-FA12) 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Component Serial Number 5. Lubricants, sealants, anti-seize, and/or thread locking compounds. ("N/A" when Not Applicable). 6. Cure date ("N/A" when Not Applicable). 7. Manufacturer's compound number ("N/A" when Not Applicable). 8. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 9. A statement listing each contractually invoked Hull Mechanical and Electrical (HM&E) testing by name, and that it was performed satisfactorily. ("N/A" when Not Applicable) 10. A statement to the effect that all items furnished on this contract are in full compliance with this procurement document including any invoked specifications and drawings. 11. Contractor's or authorized personnel's signature and printed name. 3.23 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, or S-5343934-3, the Certificate of Compliance must also include the information below: 3.23.1 Direct reading of O-ring surface diameters with specified standard. 3.24 For all electrical components, the following applies: 1. First Article Inspection: As specified elsewhere in Paragraph 3 per applicable manuals, instruction, drawings, or specifications. Cables that have been repaired and returned to service will require First Article Inspection to be performed at the time of rectification for use. 2. For C of C involving more than one cable assembly, the date of testing must be marked as the day in which the final cable assembly for the contract lot was tested. 3. Test Acceptance Signature: Contractor's authorized personnel must sign at the completion of all required testing indicating acceptance of all recorded data and certifying the satisfactory completion of the required test(s).NOTE: The Test Acceptance Signature must be annotated as attesting that the person who actually performed or witnessed the test is verifying that all associated test parameters were met. 4. The contractor's internal test documentation must note acceptability by the initials and date ...

Deadline: 3/27/2026
Posted: 9/22/2025
SolicitationNAICS: 335311.0

61--CABLE ASSEMBLY,SPEC

CONTACT INFORMATION|4|N743.43|WWJ|717-605-3992|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATIONS SECTION C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335311|800|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The hour and date specified for receipt of offers has been extended to 4:30PM EST on 27 March 2026. The hour and date specified for receipt of offers has been extended to 4:30PM EST on 28 November 2025. The hour and date specified for receipt of offers has been extended to 4:30PM EST on 21 August 2025. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (210 days) \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;Cable Assembly; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=S-5343934-2 |53711| G|PS |D|0001 | G|49998|0006770 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0002 | G|49998|0065427 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0003 | G|49998|0066314 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0004 | G|49998|0067102 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0005 | G|49998|0067471 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0006 | G|49998|0067654 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0007 | G|49998|0067056 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0008 | G|49998|0065247 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0009 | G|49998|0066592 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0010 | G|49998|0065586 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0011 | G|49998|0065340 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0012 | G|49998|0069404 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0013 | G|49998|0066344 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0014 | G|49998|0065445 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0015 | G|49998|0071369 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0016 | G|49998|0067353 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0017 | G|49998|0067656 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0018 | G|49998|0071052 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0019 | G|49998|0068417 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0020 | G|49998|0067377 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0021 | G|49998|0068241 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0022 | G|49998|0068866 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0023 | G|49998|0068702 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0024 | G|49998|0068065 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0025 | G|49998|0067709 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0026 | G|49998|0066916 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0027 | G|49998|0066393 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0028 | G|49998|0066198 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0029 | G|49998|0068711 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0030 | G|49998|0089786 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0031 | G|49998|0029775 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0032 | G|49998|0030019 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0033 | G|49998|0084327 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0034 | G|49998|0085842 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0035 | G|49998|0084383 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0036 | G|49998|0044587 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0037 | G|49998|0101905 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0038 | G|49998|0033628 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0039 | G|49998|0091810 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0040 | G|49998|0074342 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0041 | G|49998|0086740 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0042 | G|49998|0074050 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0043 | G|49998|0109000 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0044 | G|49998|0078604 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0045 | G|49998|0085872 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0046 | G|49998|0081248 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0047 | G|49998|0090059 DRAWING DATA=S-5343934-2 |53711| G|PS |D|0048 | G|49998|0081329 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24231 | | |E |130426|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | DOCUMENT REF DATA=S9320-AM-PRO-020/MLDG | | |2 |990801|A| | | 3. REQUIREMENTS 3.1 ;This Cable Assembly must be manufactured in accordance with Dry Deck Shelter (DDS) procurement specification S-5343934-2, specification sheet S-5343934-2/6, part number 1208208-0509, except as amplified or modified herein.; 3.2 ;MIL-DTL-24231 and the required slash sheets must be used in lieu of MIL-C-24231.; 3.3 The cable assembly must be wired and molded in accordance with volume II of NAVSEA S9320-AM-PRO-020/MLDG by an approved vendor listed in CSD023 of the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/ 3.3.1 The approved vendor utilized for this contract, if other than the prime manufacturer, must be identified on the Special Emphasis C of C. 3.4 Each cable assembly must be subjected to the Quality Conformance tests of specification S-5343934-2 Tables 2 and 3; except that Table 3 of S-5343934-2 must be modified by CSD031 of the Contract Support Library. 1. Examination of Product IAW paragraph 3.4 and tested to paragraph 4.6 2. Dielectric Withstanding Voltage IAW paragraph 3.6.1 and tested to paragraph 4.7.1 3. Continuity IAW paragraph 3.6.2 and tested to paragraph 4.7.2 4. Insulation Resistance IAW paragraph 3.6.3 and tested to paragraph 4.7.3 5. Hydrostatic Pressure IAW paragraph 3.6.4 and tested to paragraph 4.7.4 6. Post-Test Examination of Product IAW paragraph 4.6.1 3.4.1 Each conformance test must be listed separately on the Navy Special Emphasis Program (NSEP) Certificate of Compliance (C of C) as being performed and found acceptable. 3.5 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.6 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD031; in ECDS at https://register.nslc.navy.mil/ 3.7 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.8 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.9 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.10 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.10.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.10.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.10.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.10.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.11 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.12 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.12.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.12.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.12.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.12.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.12.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.13 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.13.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.13.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.14 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.15 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.15.1 Visual examination upon receipt to detect damage during transit. 3.15.2 Inspection for completeness and proper type. 3.15.3 Verification of material quality received. 3.15.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.15.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.15.6 Identification and protection from improper use or disposition. 3.15.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.15.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.15.9 Material returned to the contractor must be handled as GFM. 3.16 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.16.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.17 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.17.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.17.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.18 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.18.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.18.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.18.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.19 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.19.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.20 See CDRL DI-NDTI-80809 (First Article Testing) - First Article Test/Inspection (Contractor) - The Contractor must conduct ;destructive; First Article Test/Inspection on ;one Cable Assembly, consisting of one-three contact plug assembly with 90 degree backshell, one-seven contact straight plug assembly and one conduit 30 inches long; unit(s) in accordance with requirements ;of S-5343934-2 Paragraph 4.4; . 3.21 See CDRLs DI-MISC-80875 (welding procedures) and DI-MISC-80876 (weld procedure qualification data) - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. Note: These requirements do not apply to tack/spot welds. 3.21.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.21.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. "WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC." WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ.") 3.21.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendor's responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.21.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.21.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.21.6 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.21.7 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.22 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following information: 1. Contractor's name, address, phone number and date. 2. The NAVSUP contract/purchase order number (i.e. N00104-11-P-FA12) 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Component Serial Number 5. Lubricants, sealants, anti-seize, and/or thread locking compounds. ("N/A" when Not Applicable). 6. Cure date ("N/A" when Not Applicable). 7. Manufacturer's compound number ("N/A" when Not Applicable). 8. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 9. A statement listing each contractually invoked Hull Mechanical and Electrical (HM&E) testing by name, and that it was performed satisfactorily. ("N/A" when Not Applicable) 10. A statement to the effect that all items furnished on this contract are in full compliance with this procurement document including any invoked specifications and drawings. 11. Contractor's or authorized personnel's signature and printed name. 3.23 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, or S-5343934-3, the Certificate of Compliance must also include the information below: 3.23.1 Direct reading of O-ring surface diameters with specified standard. 3.24 For all electrical components, the following applies: 1. First Article Inspection: As specified elsewhere in Paragraph 3 per applicable manuals, instruction, drawings, or specifications. Cables that have been repaired and returned to service will require First Article Inspection to be performed at the time of rectification for use. 2. For C of C involving more than one cable assembly, the date of testing must be marked as the day in which the final cable assembly for the contract lot was tested. 3. Test Acceptance Signature: Contractor's authorized personnel must sign at the completion of all required testing indicating acceptance of all recorded data and certifying the satisfactory completion of the required test(s).NOTE: The Test Acceptance Signature must be annotated as attesting that the person who actually performed or witnessed the test is verifying that all associated test parameters were met. 4. The contractor's internal test documentation must note acceptability by the initials and date ...

Deadline: 3/27/2026
Posted: 9/5/2025
SolicitationNAICS: 335311.0

FD2030-25-00945

NSN: 1680-01-258-5608RK NOUN: POWER COTROL ASSEM TOP DRAWING: 16VH003003-4 EDL REVISION & DATE: 6 / 22 NOV 2024 MDC CODE: NPG IM NAME: SHEPHERD, ANGELA M

Deadline: 3/28/2026
Posted: 3/28/2025
Special NoticeNAICS: 336413.0

FD2020-21-50131

NSNS: 1377-01-069-7777ES 1377-01-015-9058ES 1377-01-015-9060ES 1377-01-016-3218ES 1377-01-017-4529ES 1377-01-251-8532ES 1377-01-251-8523ES 1377-01-318-7693ES 1377-01-318-7692ES 1377-01-037-8573ES P/N: 68B710072-151 NOUN: CORD ASSEMBLY, DETON

Deadline: 3/29/2026
Posted: 3/29/2021
Special NoticeNAICS: None

FD2020-21-50092

NSNS: 1377-01-499-8853ES 1377-01-461-5529ES 1377-01-461-6040ES 1377-01-461-8066ES 1377-01-461-5486ES 1377-01-461-5530ES 1377-01-461-6043ES 1377-01-461-8069ES 1377-01-461-5520ES 1377-01-461-5538ES 1377-01-461-8064ES 1377-01-461-8074ES 1377-01-461-8082ES 1377-01-461-8304ES 1377-01-462-2328ES 1377-01-463-0549ES P/N: DAA3294P340-080 NOUN: CORD ASSEMBLY,DETON

Deadline: 3/29/2026
Posted: 3/30/2021
Special NoticeNAICS: None

FD2020-21-50061

NSN: 1377-01-269-8058ES, 1377-01-269-8059ES, 1377-01-270-0860ES, 1377-01-454-9874ES, 1377-01-454-9875ES, 1377-01-454-9862ES NOUN: CARTRIDGE, IMPULSE PART #: L287C2030, L287C2031

Deadline: 3/30/2026
Posted: 3/30/2021
Special NoticeNAICS: None

FD2020-21-00459

6610012226439WF TRANSMITTER, AOA 3 IMAGES

Deadline: 3/30/2026
Posted: 3/31/2021
Special Notice

UPCOMING INDUSTRY EVENT: [NANS BAA N00019-25-S-0001] CYBERSECURITY ENHANCEMENT INDUSTRY COLLABORATION EXCHANGE

DESCRIPTION Upcoming Industry Day: Naval Air Warfare Center Aircraft Division (NAWCAD) to hold Collaboration Exchange (CE) with Industry Event Details: 30 September 2025 [Cancelled] Rescheduled Timeframe: To Be Determined (TDB) SUMMARY NAWCAD intends to host an industry day, about cybersecurity enhancements in aviation, to provide information and foster collaboration. This event will offer an opportunity for industry partners to learn about the Government’s requirements, ask questions, and provide feedback. This announcement is for planning purposes only and does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services identified in response to this notice. No solicitation documents exist at this time. Naval Aviation North Stars (NANS) Broad Agency Announcement (BAA) Industry Event: Collaboration Exchange (CE) (Date: TBD) NAVAIR’s Mission Integration and Special Programs Office (MISPO/PMA-298) Industry Event Series provides opportunities for Industry to learn about the technology needs of the naval aviation enterprise with the potential for follow-on briefings regarding technologies that industry has developed. PMA-298 and the NANS BAA team are partnering with Naval Air Warfare Development Center Aircraft Division (NAWCAD) Cyber Warfare Department to conduct early market research with a focus on concepts and technologies that enable potential cyber event data collection and analysis solutions for deployed naval aviation platforms, systems, weapons and networks. This market research will inform rapid prototyping projects and procurement strategies to field an initial solution in 18-36 months. Cybersecurity Enhancement Collaboration Exchange Event Details This one-day event will be in-person only in southern Maryland at the University of Maryland “Smart Center” and at the Naval Air Station Patuxent River, Maryland. Security clearance requirements, eligibility requirements, and registration information will be provided in the follow-up notice. GENERAL INFORMATION This notice is for planning and informational purposes only. This notice does not constitute a solicitation or a commitment by the Government to issue a solicitation or award a contract. The Government reserves the right to modify the event details. Do not send any classified information to the points of contact or address information provided in this notice Participation in this event and any discussions/release of information is strictly voluntary. No reimbursement will be made to respondents for any costs incurred in developing information for, participating in meetings with, or engaging in discussion with the Government in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. Questions will not be entertained until a follow-up notice is posted on SAM.gov with confirmation of event details.

Deadline: 3/30/2026
Posted: 9/26/2025
Special NoticeNAICS: 541715.0

Next Generation Command and Control (NGC2) Capability Characteristics

The purpose of the update performed on 17 November 2025 extends the announcement to 30 March 2026 and changes the Points of Contact. In support of the Next Generation Command and Control (NGC2) effort, the Army is reimagining its enterprise data architecture and revolutionizing its operational software framework. This includes a portfolio of solutions addressing the network and transport layers; infrastructure, data, and analytics platforms; and hardware agnostic, configurable user experiences for seamless application-based tools and services. The attached provides the NGC2 Characteristics of Need, to increase industry awareness and collaboration. The Characteristics of Need statement is a living document and will be updated as required based on technological observations and lessons learned through experimentation. The update herein is complementary to the prior released CoN in December 2024 and reflects insights from persistent experimentation and technology research. Updates from the December version are annotated in each paragraph and marked in bold italics. To gain access to the controlled attachment, your company/entity must be certified by the Joint Certification Program (JCP). Your entity/company’s Data Custodian requester (designated) on block 3A of the DD Form 2345 is the only authorized individual that can download the controlled attachment. Your entity/company is responsible for the protection of the controlled document after the download. Please mark yourself as an interested vendor to ensure you receive any future updates to this announcement. If your entity/company is not pre-certified by the JCP, you will need to apply for certification by completing a DD Form 2345 and emailing it to jcp-admin@dla.mil. Detailed information regarding the JCP application procedures are available at the JCP website at https://www.dla.mil/Logistics-Operations/Services/JCP/. The ESI Directorate and the Army Contracting Command (ACC) will not review the JCP application or issue the JCP certification. No exceptions will be made to vendors who are not certified in the JCP for the release of the controlled document. Please direct any questions regarding the JCP certification process to jcp-admin@dla.mil. To request access to download the controlled attachment, click on the tab for “Attachment/Links, then click on the title of the controlled document. The correct role is a Contracting Opportunities, Contracting and Data Entry role. When you receive the pop-up window to request access, enter the reason for the request in the window, making sure to include your entity’s CAGE Code and JCP Certification Number then hit submit. Once the notice is submitted, the access status on the controlled document will change to “Pending”. The Access POC will review your request, granting access if requirements are met or reject for correction.

Deadline: 3/30/2026
Posted: 11/17/2025
Special Notice

Broad Agency Announcement National Defense Stockpile Qualification

DLA Strategic Materials’ need for this BAA stems from the rapidly expanding requirement to stabilize and restore strategic and critical materials supply chains compromised by diminishing manufacturing sources and material shortages (DMSMS). In many cases, DMSMS constraints are self-imposed by the defense acquisition process; namely, drop-in replacement, substitute, or qualitatively better strategic and critical materials are available, but DoD cannot accept these materials because DoD has not qualified such materials for use in defense systems. Qualification of substitute strategic and critical materials represents a substantial cost-avoidance to DLA Strategic Materials, reduces dependence upon unreliable foreign sources, and improves the overall health and competitiveness of the defense industrial base. This BAA is issued under the provisions of FAR 35.016 and 6.102(d)(2). This BAA is an expression of interest only and does not commit the Government to make an award or pay proposal preparation prices generated in response to this announcement. Please see below for how to submit a white paper and, if later invited to, a proposal. No contract award will be made unless funds are available. Only a duly warranted Contracting DLA anticipates requesting proposals from multiple offerors. While a single award of approximately $3,000,000.00 is possible, multiple awards for much smaller amounts are more likely. No award is expected to have a period of performance greater than three years, with a not to exceed value of $3,000,000.00 per contract. The Government may not pay the full proposed cost or the Government may pay a percentage of the proposed cost for any future acquisitions under an Broad Agency Announcement.

Deadline: 3/30/2026
Posted: 3/28/2024
SolicitationNAICS: 541715.0

Broad Agency Announcement National Defense Stockpile Qualification

AMENDMENT One (1) Notice Type: Amendment One (1), is to revise and update the Broad Agency Announcement (BAA3) Qualification Research for Fiscal Year FY2024 thru FY2026. DLA Strategic Materials’ need for this BAA stems from the rapidly expanding requirement to stabilize and restore strategic and critical materials supply chains compromised by diminishing manufacturing sources and material shortages (DMSMS). In many cases, DMSMS constraints are self-imposed by the defense acquisition process; namely, drop-in replacement, substitute, or qualitatively better strategic and critical materials are available, but DoD cannot accept these materials because DoD has not qualified such materials for use in defense systems. Qualification of substitute strategic and critical materials represents a substantial cost-avoidance to DLA Strategic Materials, reduces dependence upon unreliable foreign sources, and improves the overall health and competitiveness of the defense industrial base. This BAA is issued under the provisions of FAR 35.016 and 6.102(d)(2). This BAA is an expression of interest only and does not commit the Government to make an award or pay proposal preparation prices generated in response to this announcement. Please see below for how to submit a white paper and, if later invited to, a proposal. No contract award will be made unless funds are available. Only a duly warranted Contracting DLA anticipates requesting proposals from multiple offerors. While a single award of approximately $3,000,000.00 is possible, multiple awards for much smaller amounts are more likely. No award is expected to have a period of performance greater than three years, with a not to exceed value of $3,000,000.00 per contract. The Government may not pay the full proposed cost or the Government may pay a percentage of the proposed cost for any future acquisitions under an Broad Agency Announcement.

Deadline: 3/30/2026
Posted: 4/9/2025
SolicitationNAICS: 541715.0

Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)

Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D) applicable for all Domestic Commodity Procurement Division solicitations issued on or after September 30, 2025. The interested vendor list option of this notice will not be used. For parties interested in selling commodities to USDA, please visit our website at: https://www.ams.usda.gov/commodity-procurement.

Deadline: 3/31/2026
Posted: 9/30/2025
Special Notice

CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)

Amendment 0004: The purpose of this amendment is to extend the RFP closing date indefinitely until Q&As and RFP documents are solidified. At which time, the updated RFP amendments and Q&A responses will be posted along with a final RFP due date. Amendment 0003: The purpose of this amendment is to extend the RFP closing date to 10:00 EDT, 03 April 2025. The Government anticipates Q&As and solictation updates/changes to be released by 26 February 2025. This extension will also provide industry time to respond to solicitation updates/changes by the extended response date/time. Amendment 0002: The purpose of this amendment is to extend the RFP closing date to 10:00 EST, 13 Februrary 2025. This extension is being issued to provide the Government additional time to respond to 1K+ Q&As. In accordance with the RFP, a future amendment will be issued to address all questions received by the response date/time. Amendment 0001: The purpose of this amendment is to extend the RFP closing date to 10:00 EST, 23 January 2025. This extension is being issued due to the number of questions received from industry and the time required to provide adequate responses. In accordance with the RFP, a future amendment will be issued to address all questions received by the response date/time. This is a solicitation to acquire a full range of professional services classifications including management activities involving policy, doctrine, planning, intelligence, strategy, exercises, logistics, assessments, and operations for multiple HQ USCENTCOM directorates, Joint Staff, Office of Secretary of Defense (OSD), and Department of Defense (DoD) counterparts along with allies and partner nations within the HQ USCENTCOM Area of Responsibility (AoR). See attached RFP FA481424R0002 and all attachments.

Deadline: 3/31/2026
Posted: 4/1/2025
Combined Synopsis/SolicitationNAICS: 541611.0

Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA

***NOTICE*** Solicitation has been paused indefinitely. See Amendment 0005 for further details.

Deadline: 3/31/2026
Posted: 8/7/2025
SolicitationNAICS: 236220.0

Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA

***NOTICE*** Solicitation has been paused indefinitely. See Amendment 0005 for further details.

Deadline: 3/31/2026
Posted: 8/7/2025
SolicitationNAICS: 236220.0

NRL Long Range Broad Agency Announcement (BAA) for Basic and Applied Research

Amendment 0004 The purpose of this amendment is to extend the due date for acceptance of White Papers and revise Appendix 1 Summary Topics and email addresses in it’s entirety. -------------------------------------------------------------- Amendment 0003 The purpose of this amendment is to extend the due date for acceptance of White Papers. All other terms and conditions remain unchanged. -------------------------------------------------------------- Amendment 0002 The purpose of this amendment is to extend the due date for acceptance of White Papers. All other terms and conditions remain unchanged. -------------------------------------------------------------- Amendment 0001 The purpose of this amendment is to extend the due date for acceptance of White Papers. All other terms and conditions remain unchanged. -------------------------------------------------------------- The Naval Research Laboratory is interested in receiving innovative proposals that offer potential for advancement and improvement in the technical topic areas listed. This notice constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.302(d) that provides for the competitive selection of research proposals. The Government reserves the right to select for award all, some, or none of the proposals received. Awards under this BAA are expected to take the form of Contracts, Grants, Cooperative Agreements and Other Transactions may also be awarded if appropriate. NRL encourages Educational Institutions, Small Businesses (SBs), Small Disadvantaged Business Concerns (SDBs) and Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) to submit proposals under this BAA. In order to conserve valuable offeror and Government resources, prospective offerors shall first submit a White Paper (WP) to the email address identified in the individual Summary Topics contained in Appedix 1, to include a rough cost estimate. If there is interest in the proposed research the offeror will be invited to submit a Formal Proposal. The selection of proposals for award will be based on a scientific review of proposals submitted in response to each BAA Summary Topic. The major purpose of the evaluation will be to determine the relative merit of the technical approach of each proposal. Business and contractual aspects, including proposed cost and cost realism, will also be considered as part of the evaluation. Selection of proposals for award will be based on the potential benefits to the Government weighed against the cost of the proposals, in view of the availability of funds. The complete BAA including proposal preparation instructions, award considerations, and evaluation criteria is also available at https://www.nrl.navy.mil/Doing-Business/Contracts/Broad-Agency-Announcements/ .

Deadline: 3/31/2026
Posted: 9/30/2025
Combined Synopsis/SolicitationNAICS: 541715.0

USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

11/11/2025 RELEASE --Amendment 0007 Proposal Due Date Extension --Note Sam.gov date is a placeholder required by sam.gov. The table in Amendment 0007 is what should be followed. Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED ******************************************************************************************************************************** 11/03/2025 RELEASE --Amendment 0006--Revised to correct Block 11. Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PST Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED **************************************************************************************************************************************************** 10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B Offerors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005. Offerors shall disregard and discard previous versions. NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming. ******************************************************************************************************************************************* 10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses. Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week. **************************************************************************************************************************************************** 10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions. Amendment 0004 attached. REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response. ************************************************************************************************************************************ 10/17/2025-AMENDMENT 0003 RELEASED Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached. *********************************************************************************************************************************** 10/07/2025-AMENDMENT 0002 RELEASED Amendment 0002 issued to answer Contractor questions received October 1-4, 2025. Amendment 0002 attached. *********************************************************************************************************************************** 10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed. Amendment 0001 attached. *********************************************************************************************************************************** RELEASE OF OFFICIAL SOLICITATION--9/29/2025 Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L. RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 . For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation. To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached). Five (5) files remain atached to this SAM.gov posting. Read Section L carefully and adhere to page limitations and formatting requirements. REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC. ************************************************************************************************************************************************ UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information. The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files. UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.

Deadline: 3/31/2026
Posted: 11/12/2025
RFINAICS: 236220.0

USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)

11/11/2025 RELEASE --Amendment 0007 Proposal Due Date Extension Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED ******************************************************************************************************************************** 11/03/2025 RELEASE --Amendment 0006--Revised to correct Block 11. Proposal Due Date Extension and answers to most questions received by October 23, 2025 12:00pm PST Any remaining questions (especially refrencing SBA or CFR) are still being researched and will be included in a future amendment. NO OTHER QUESTIONS ARE BEING ACCEPTED **************************************************************************************************************************************************** 10/27/2025 RELEASE --Amendment 0005, Revised Attachment A, and Revised Attachment B Offerors shall use the revised Attachment A & B and follow revised directions of Section L contained herein Amendment 0005. Offerors shall disregard and discard previous versions. NOTE: USCG is still compiling answers to all remaining questions received by October 23, 2025 12:00pm PST. Another amendment with these answers is forthcoming. ******************************************************************************************************************************************* 10/24/2025 NOTICE--USCG will release REVISED Attachment A and REVISED Attachment B forms and revised Section L.5.1 in the next amendment. These revisions will provide clarity on use of attachments in relation to RFP proposal responses. Any other RFIs sent in before the October 23 deadline are being reviewed and will be included in an amendment next week. **************************************************************************************************************************************************** 10/21/2025 AMENDMENT 0004 RELEASED Amendment 0004 issued to Revise sections of the Revised RFP, answer Offeror questions received October 5-14, and remind offerors of proposal due date extensions. Amendment 0004 attached. REMINDER: Offerors should use the Revised RFP and all amendments when preparing their proposal response. ************************************************************************************************************************************ 10/17/2025-AMENDMENT 0003 RELEASED Amendment 0003 issued to extend the Proposal Due Dates, and the RFI period. Amendment 0003 attached. *********************************************************************************************************************************** 10/07/2025-AMENDMENT 0002 RELEASED Amendment 0002 issued to answer Contractor questions received October 1-4, 2025. Amendment 0002 attached. *********************************************************************************************************************************** 10/01/2025-REVISED SOLICITATION & AMENDMENT RELEASED A revised solicitation has been released correcting clerical errors. Content and proposal response requirements HAVE NOT changed. Amendment 0001 attached. *********************************************************************************************************************************** RELEASE OF OFFICIAL SOLICITATION--9/29/2025 Attached you will find the official Request for Proposal. Each of the designated regions have RFP response dates, see section L. RFI/questions regarding this solicitation must be received NLT October 16, 2025. See instructions for submitting questions at Section L.2 . For Contractor's convenience attachments B & C are provided in Word format. Attachment A is provided as an Excel spreadsheet and must be used as response to solicitation. To prevent confusion, all previous attached documents to this SAM.gov posting have been removed as of September 29, 2025 except the Consolidated QA RMACC III (1 file) . Official Request for Proposal documents are attached (4 files attached). Five (5) files remain atached to this SAM.gov posting. Read Section L carefully and adhere to page limitations and formatting requirements. REMINDER: Contractors wishing to compete in multiple regions MUST submit separate RFP response to each region POC. ************************************************************************************************************************************************ UPDATE: 9/25/2025 The official solicitation has not been released. Anticipated release is prior is COB September 30, 2025. Continue to check this listing for more information. The Q&A received from intertested parties regarding the draft solicitation have been added to the attached files. UPDATE: 9/8/2025 The official solicitation has not been released. Anticipated release is prior to September 30, 2025. Continue to check this listing for more information. ******************************************************************************************************************************* UPDATE: 8/25/2025 Clarifications Regarding Sociaeconommic Set Asides Set Aside designations be region: Region 1 (USCG Northeast District, formerly District 1), CEU Providence, 8(a) Region 5 (USCG East District, formerly District 5), CEU Cleveland, SDVOSB Region 7 (USCG Southeast District, formerly District 7), CEU Miami, 8(a) Region 7.5 (USCG Southeast District, formerly District 7.5), CEU Miami, TBD Region 8 (USCG Heartland District, formerly District 8), CEU Miami, HUBZone Region 9 (USCG Great Lakes District, formerly District 9), CEU Cleveland, 8(a) Region 11 / 13 (USCG Southwest/Northwest District, formerly District 11/13), CEU Oakland, SDVOSB Region 14** (USCG Oceania District, formerly District 14), CEU Honolulu, 8(a) Region 17*** (USCG Artic District, formerly District 17), CEU Juneau, HUBZone and 8(a) (Offerors must chose which pool these wish to compete) UPDATE: Release DRAFT Solicitation This is an advanced presolicitation notice that is provided for information, to stimulate interest, and to provide an opportunity for inquiries and comments. The Government will take into consideration all inquiries and comments prior to posting any further presolicitation notices and/or the solicitation. Comments will either be integrated into new notices or addressed separately in a narrative attachment to a future notice or the solicitation. This is not a request for proposals. This notice does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this notice is strictly voluntary. All comments and inquiries to include draft solicitation shall be submitted in writing to Cheryl A. Berry at Cheryl.a.berry@uscg.mil and John Wright at John.wright@uscg.mil no later than close of business August 6, 2025. Please ensure e-mail comments and inquiries include "RMACC Presolicitation" in the subject line. It is the responsibility of the offeror to note any changes between this announcement, any future postings of any further presolicitation notices, and the final solicitation. Description of Work: The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, has determined the need to re-procure a suite of up to ten Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform construction on a regional basis nationwide. The contracts will be available on a non-mandatory, enterprise-wide basis to all DHS Directorates and Components. The DHS Components include United States Citizen and Immigration Services (USCIS), United States Customs and Border Protection (CBP), United States Coast Guard (USCG), Federal Emergency and Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), Transportation Security Administration (TSA), and United States Secret Service (USSS). The contracts will meet the majority of the DHS infrastructure needs for maintenance, repair, and construction for all projects with a maximum value, as determined by each RMACC, between $10M and $20M within the 50 United States and its territories. These contracts are intended to provide prompt responses on an as-needed basis for routine and emergent requirements. The contracts offer a streamlined approach to construction contracting and ongoing competition between qualified contractors. The scope of work will include real property repairs, maintenance, and general construction, marine construction, demolition, historical restoration, and remediation. Facilities include, but are not limited to, operations buildings, hangars, boat houses, firing ranges, residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, and airports/runways. Design-Build including One-Step Turnkey, and Design/Bid/Build project or other delivery methods will be used. Each of the resulting contracts will be aligned with a specific geographical region corresponding to Coast Guard Districts. A map of the Coast Guard Districts has been provided in the files accompanying this notice. A separate contract will cover the United States territories within the Region of Caribbean and Puerto Rico (Contract Region 7.5) which is a part of Coast Guard District 7. This area was separated because the government considers that the market conditions are significantly different than those in the rest of the District. Contract Regions 11 and 13 will be combined as they were on the predecessor RMACC. The Coast Guard has six different Civil Engineering Units (CEUs). Each of the CEUs is aligned with one or two of the Coast Guard Districts. Each CEU will award and administer the contracts for the regions that correspond with the District(s) to which they are aligned. After the contract award, the ordering authority and ordering procedures will be provided to all DHS components. All contract awards will be based on a single solicitation. The solicitation will prescribe phased proposal due dates for each regional contract. Offerors will submit a separate proposal for each regional contract to the CEU assigned to conduct the procurement. The terms and ordering procedures of each contract will be uniform among the resulting contracts, in the manner of promoting a standardized method of delivery. The evaluation factors for each region will be uniform and a single source selection authority will take responsibility for all contract awards that stem from the solicitation; but separate source selection teams will be formed to evaluate each regional contract. Pre-proposal inquiries for final conformed solicitation will be reviewed programmatically, and any amendments will be issued to the solicitation as required. Pre-proposal inquiries shall be issued to cheryl.a.berry@uscg.mil and john.wright@uscg.mil. Any protests received after close of the solicitation will be directed in a manner to allow ongoing efforts to continue, where possible. For instance, in the case of a protest related to a specific regional contract, it is our intention to resolve these matters at the regional contract level, in order to isolate any delays to the regional contract that is under protest. In essence, each regional award decision will be considered a separate source selection. Each Regional Multiple Award Construction Contract is set aside for contractors in one or more small business socioeconomic programs. Each of the contracts will include a base year and two (3)-year option periods. Task order limits will range from $2,000 to $20M. As previously noted, ordering authority will be available to any Department of Homeland Security components with appropriate construction warrant authority. The minimum guarantee for each individual contract will be $5,000. The anticipated aggregate capacity for new regional RMACCs is $4 Billion. Approximately ten individual contracts (individual contractors) are anticipated for each region. As part of the source selection criteria, the government will evaluate the contractor's ability and capacity to work within the region of each specific contract. Please note that a separate proposal will be required for each regional contract. The proposal’s due dates and delivery locations will vary for each regional contract. Specific instructions will be provided in the solicitation. Attached is a table showing the CEU assignment, the socioeconomic program set aside. *Note on 8(a) contractors: We are working with SBA to accept contractors with a Bonafide place of business that is anywhere within the region covered by the contract. The final solicitation will elaborate on this requirement. **Note on Region 17: The contract will be set aside for contracts in the HUBZone program and/or the 8(a) program. Awards will be made in a manner where at least two contracts are reserved for 8(a) contractors and at least two contracts are reserved for HUBZone contractors. After award of the contract, the Contracting Officer will be able to set aside orders to either the HUBZone program or the 8(a) program, where the rule of two is met. The contract will be administered in accordance with FAR 19.502-4, Multiple-Award Contracts and Small Business Set-Asides. Through a separate effort which will be addressed in future, separate notices, a complementary National Multiple Award Contract (NMACC) will be awarded to address larger construction projects that are greater than $4M in value. The model of separate, complementary multiple-award contracts for large and small construction has proven successful over the past six years for both the Coast Guard and DHS. Each of these contracts provides specific capabilities. The RMACC is typically used for nonrecurring major maintenance repairs of real property facilities utilizing a Design/Bid/Build project delivery method or a One-Step Turnkey (Design-Build) delivery method. These projects are typically funded through an annual Operating Expense appropriation (e.g. the AFC-43 account in the Coast Guard). The RMACC can also be used for small new construction projects (minor construction) funded with separate appropriation (e.g. Acquisition Construction & Improvement, AC&I, in the Coast Guard). The NMACC contractors will have robust capabilities for executing large projects using Design-Build procedures and will typically be used for large capital improvement projects (renovations or new construction) funded with AC&I. The slight overlap in contract thresholds (i.e. the $20M upper limit on the RMACC and the $4M lower limit on the NMACC) allows flexibility to employ the most appropriate contract for the work involved. For example, a larger minor construction project that might utilize complex Design-Build processes would benefit from the robust design capabilities held by the NMACC contractors. On the other hand, a small new construction project to be executed in a Design/Bid/Build project delivery method would benefit from the more localized and regional competition available on the RMACC. The contract awardees under this procurement shall be able to provide all necessary personnel, facilities, equipment, and materials for multiple and concurrent task orders within the respective regions across the United States and its territories. The contract awardees shall provide these construction services across the entire awarded region at all USCG installations, across all urban and remote locations. The firm shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and will meet all relevant, appropriate, and applicable standards. Specific requirements will be detailed in each task order general requirements, specifications, and drawings. The description of these requirements will vary for each acquisition dependent upon the needs of the requiring entity. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Components within DHS. RMACC contractors should have Design-Build capabilities; however, it should be noted that the Coast Guard is expected to place the majority of orders on the contract and the Coast Guard does not intend to routinely use the RMACC for projects that require complex or collaborative designs that are difficult to forward price, require lengthy review processes, or require significant expense for the presentation of a proposal. Instead, the Coast Guard intends that the majority of the work on the RMACC will utilize the Design/Bid/Build project delivery method or the One-Step (Design-Build) Turnkey delivery method for which the Coast Guard has special statutory authority (See 14 USC 677). The One-Step Turnkey process on this contract will entail selection of a contractor through the fair opportunity process on the basis of price or price in combination with other evaluation criteria to perform, in accordance with the provisions of a firm fixed price contract, both the design and construction of a facility using performance specifications. When utilizing this process, the Coast Guard will be sensitive to any advanced design costs necessary to offer a proposal and will attempt to minimize or eliminate these costs by restricting the One-Step Turnkey process to only non-complex design that can be easily coordinated between the contractor and designer and approved through a contract submittal process. The intent of this contract is that all RMACC Contractors participate in pre-proposal conferences and site visits and submit proposals for each task order. Contract awardees will be expected to submit a proposal for all Task Order Requests for Proposal (RFP) received from the Government. However, in the event an RMACC awardee is unable to submit a proposal on a particular RFP, the contractor is required to notify, in writing, the Contracting Officer who issued the RFP and the ACO for the basic contract within five (5) working days from receipt of the RFP. A RMACC awardee can only elect to withdraw from submitting a proposal on three (3) task order RFPs during the course of each year of the contract (base plus two (3)-year option periods). Additional withdrawal requests, in excess of three per year, may result in the Government choosing not to exercise the remaining option terms. Award of the RMACC IDIQ contracts will be based on the criteria outlined in FAR 36.301. The government has determined that the Two-Phase Design-Build Selection Procedure outlined in FAR Subpart 36.3 is appropriate for this procurement. Phase One will be conducted as outlined in FAR 36.303-1 to assess the technical qualifications, technical approach, specialized experience, technical competence, and capability of each firm in utilizing Design-Build Methods. Only the most highly qualified offerors will advance to Phase Two. Phase Two will be conducted in accordance with FAR 15.3 procedures. The evaluation in Phase Two will include the planned approach and price of a Design-Build "Seed Project" for each region (first contract task order). It is USCG intention to award approximately ten individual IDIQ contracts for each region and the number of offerors selected to submit phase-two proposals is expected to be no more than fifteen per region. The following evaluation factors are planned at this time: Phase-One: Factor 1 - Corporate Experience Factor 2 - Past Performance Factor 3 - Regional Management Capabilities, Technical Capabilities, and Capacity (including bonding capabilities) Factor 4 – Safety Note: It is anticipated that bonding capacity will be evaluated during phase one. Also, it is anticipated that a bona fide office within the region will also be evaluated during phase one. **Failure to demonstrate compliance with minimum bonding requirements and SAM.gov registration with the required socioeconomic categories the proposal does not meet government requirements and may not be evaluated further.” Phase-Two: Factor 1- Technical Solution Seed Project Means & Methods Factor 2 - Price (Regional Seed Project) Attachments to Pre-solicitation Notice: Attachment 1: Draft Solicitation Attachment 2: Regiona/District Set Aside Table Attachment 3: Regional/District Map THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING THE INDUSTRY OF OUR INTENTION TO POST SOLICITATION WITHIN NEXT MONTH. THIS NOTICE IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSAL. BIDS OR PROPOSALS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. ****************************************************************************************************************************************************** UPDATE: Anticipate posting Pre-solicitation Notice July 16, 2025 Anticipated Request for Proposal/Solicitation release is August 1, 2025. Anticipated award is May 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************ UPDATE: Anticipated Request for Proposal/Solicitation release is June 30, 2025. Anticipated award is June 2026. Follow Acquisition Planning Forecast System (dhs.gov) F2025068524 for further updates and details. Response date within this record have been changed. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 26, 2024 3:00PM EST. Attachments have been updated. ************************************************************************************************************************************************* EXTENSION OF SOURCES SOUGHT TO NOVEMBER 19, 2024 3:00PM EST. ************************************************************************************************************************************************** ATTACHMENT A edited to correct secondary email contact for District 17. ************************************************************************************************************************************************** THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. AT THIS TIME, THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS ASSOCIATED WITH THIS NOTICE. THIS IS A MARKET RESEARCH TOOL USED TO IDENTIFY POTENTIAL SMALL BUSINESS CONCERN (INCLUDING SMALL DISADVANTAGED BUSINESSES, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, HUBZONES, AND JOINT VENTURES) CAPABLE OF PERFORMING THESE CONTRACTS IN THE TEN AREAS IDENTIFIED IN THE ATTACHED MAP. The Department of Homeland Security (DHS) U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) Construction Contracting Office, is seeking eligible Small Businesses interested and capable of performing on a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Regional Multiple Award Construction Contracts (RMACCs) to perform General Construction Services in any of the 50 United States, Puerto Rico, Guam and the U.S. Virgins Islands. ATTACHMENTS: ATTACHMENT A: RMACC II SOURCES SOUGHT NOTICE ATTACHMENT B SOURCES SOUGHT CONTRACTING INFO FORM SOURCES SOUGHT POINT OF CONTACT: See Attachment A. Send responses to RMACC III mailbox and POCs for primary District of interest. REMINDER: Responses due by 12 November 2024 at 3:00pm EST.

Deadline: 3/31/2026
Posted: 11/12/2025
RFINAICS: 236220.0
Page 7 of 55