Federal Contract Opportunities

Showing 1-50 of 1,805 opportunities

Frame, Front Aircraft

Synopsis FD2030-26-00073 1. Estimated issue date 6 Nov 2025 and estimated closing/response date 26 Dec 2025. 2. RFP #: SPRTA1-25-R-0081 3. Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145 4. PR#: FD2030-26-00073 5. Nomenclature/Noun: Frame, Front Aircraft 6. NSN: 2840-00-868-9161OK 7. PN: 6000T94G01 8. Application (Aircraft): J85 9. AMC: 1R 10. History: Previously purchased 13 EA per contract SPRTA110C0172 on 22 Sep 2010 11. Description: Front directs air into compressor and is housing for engine number 1 bearing 12. Dimensions: 16.0000 in. long X 16.0000 in. wide X 3.3550 in. high, weighing 10.0000 lbs. 13. Material: AMS 5504, AMS 5613 14. A firm fixed price contract is contemplated. The items’ estimated quantities and required deliveries are as follows: Quantity: LINE ITEM 0001: Frame, Front Aircraft a) Destination: SW3211 b) Delivery: All units ON OR BEFORE 30 Oct 2026 c) Quantity: 47 each (Minimum QTY 11 each, Maximum QTY 70 each) 15. Qualified Sources: 1. Kerns Manufacturing (Cage: 93596) 2. General Electric Company (Cage: 99207) 16. Set-aside: No Set-aside 17. Critical Safety Item (CSI) applicability: CSI criteria does APPLY to this item. 18. Mandatory Language: In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at sam.gov. Note: An Ombudsman has been appointed to hear concerns from offers or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to contact the Ombudsman at (385) 591-1672. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 19. Item Unique Identification (IUID): Yes 20. Export Control does NOT apply. 21. Anticipated Award date: estimated 45 calendar days after solicitation closing date 22. The solicitation will be available for download on the release date from www.sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Jayson Skalla at jayson.skalla@us.af.mil.

Deadline: 12/26/2025
Posted: 11/7/2025
PresolicitationNAICS: 336412.0

VALVE,BALL

CONTACT INFORMATION|4|N743.49|WVN|7176052147|benjamin.t.spangler.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 BENJAMIN.T.SPANGLER.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 issued 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. RADIOGRAPHIC SHOOTING SKETCHES (RSS) 45 DAYS ADC APPROVAL OF RADIO RSS 30 DAYS AFTER RECEIPT PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RSS APPROVAL OF PR 30 DAYS AFTER RECEIPT 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. 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 requirement requires access to classified drawings. These drawings are not required to submit a quote, however, in the event of an award, a facility clearance may be required in accordance with FAR 52.204-2. 8. 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: ;4384676 - 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.3.3 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=DM117384 |96169| A| |D| | | | DRAWING DATA=4384676 |53711| C| |D| | | | DRAWING DATA=4384678 |80064| C| |D| | | | DRAWING DATA=4384678C01 |53711| C|DN |D| | | | DRAWING DATA=4384678C02 |53711| C|DN |D| | | | DRAWING DATA=4384678C03 |53711| C|DN |D| | | | DRAWING DATA=4384678C04 |53711| C|DN |D| | | | DRAWING DATA=4384678C05 |53711| C|DN |D| | | | DRAWING DATA=4384678C06 |53711| C|DN |D| | | | DRAWING DATA=4385050 |80064| C|DW |D| | | | DRAWING DATA=4385050-C1 |53711| -|1N |D| | | | DRAWING DATA=4385050-C2 |53711| -|1N |D| | | | DRAWING DATA=4385050-C3 |53711| -|1N |D| | | | DRAWING DATA=4385050-C4 |53711| -|1N |D| | | | DRAWING DATA=4385050-C5 |53711| -|1N |D| | | | DRAWING DATA=4385050-C6 |53711| -|1N |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-B139 | | | |121001|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A|2 | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |220401|A| | | DOCUMENT REF DATA=ASTM-B369 | | | |240701|A| | | DOCUMENT REF DATA=ASTM-B505 | | | |180301|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ASTM-E1417 | | | |160615|A| | | DOCUMENT REF DATA=ASTM-E1444 | | | |160601|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ASTM-D4066 | | | |130701|A| | | DOCUMENT REF DATA=ASTM-D6456 | | | |100801|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=QPL 25027 | | |17 |000207|A| | | DOCUMENT REF DATA=MIL-DTL-32258 | | | |210601|A|2 | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-50433 | | | |890815|A| | | DOCUMENT REF DATA=A-A-59004 | | |B |081118|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=AIA/NAS NASM 25027 | | |1 |121221|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 1 1/2 Inch Hull and Backup Valve must be in accordance with Naval Ship Systems Command Drawing 803-4385050, Assembly D, and DRNs 4385050-C1 through 4385050-C6, along with Naval Sea Systems Command Drawing 803-4384678 and DRNs 4384678-C1 through 4384678-C6, and Engineering Notice DM117384, except as amplified or modified herein.; 3.1.1 ;Less piece 42 (Actuator), piece 56 (Self-Locking Socket Head Cap Screw), piece 57 (Locking Plug), piece 59 (Adapter), piece 60 (Special Nut), piece 61 (Locking Plug), piece 63 (Stud), piece 64 (Stud), piece 65 (Stud), piece 69 (Special Nut), piece 70 (Special Nut), and Manual Operator.; 3.1.2 ;All actuator associated mounting parts must be supplied in a bag attached to the valve; 3.1.3 ;Bolt holes on mounting flange(s) must not be drilled. Dowel pin holes for actuator locating must not be drilled.; 3.2 ;Thrust Washers, Pieces 18, 19, and 20, must be Nylatron GSVQ-II or Delrin AF DE 588.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Body, Piece 72-S1; Material - ;ASTM-B369, Alloy UNS C96400; Part - ;Tailpiece, Piece 73-S1; Material - ;ASTM-B369, UNS C96400, with Maximum Yield Strength of 45,000 PSI; Part - ;Stem, Piece 14 and Stem, Piece 15; Material - ;QQ-N-286, Form 2, Annealed and Age Hardened; Part - ;Stem Retaining Nut, Piece 10 and Stem Retaining Nut, Piece 12; Material - ;ASTM-B505, Alloy C90300 or ASTM-B139, Alloy C51000, Temper H04 with the following minimum mechanical properties: 55 ksi tensile strength, 22 ksi yield strength, 18% elongation.; Part - ;Stud, Piece 62; Material - ;QQ-N-286, Annealed and Age Hardened, IAW MIL-DTL-1222, Type IV; Part - ;Body Insert (Q3), Piece 68-S1; Material - ;QQ-N-281, Class A, Hot Finished; PART - ;Self-Locking Heavy Hex Nuts, Piece 76, Part Number M25027/1-20C; MATERIAL - QQ-N-281, Class A or B, with chemical composition in accordance with MIL-DTL-32258. NOTE: All material must be the same Class. SELF-LOCKING ELEMENT - For 250 degree nuts use ASTM-D6456, Type 1 or ASTM-D4066, Group 01, Class 1 or 2, Grade 1, 2, 3, 4, 5,or 6. For 450 degree nuts use ASTM-D6456, Type 1. Part - ;Ball, Piece 7 and Ball, Piece 8; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must be applied. Part - ;Seats (Q3), Piece 9; Material - MD71-GG Mearthane (Graphite Filled Urethane). Material must be manufactured by Mearthane Products Inc. Cranston, RI. (Properties Specified Below Only) ITEM PROPERTY ASTM TEST METHOD VALUE (A) Hardness D2240 70 +/- 5 Shore D (B) Specific Gravity D792 1.18 +/- 0.02 (C) Tensile Strength D412 (DIEC) 5000 PSI MIN (D) Compression-Defl D575 700 PSI MIN @ 2% DEF. (E) Tensile Impact D1822 300 FT-LB/SQ IN (Note 1) (TYPE L SPECIMEN) (F) Water Absorption D570 1.5% MAX (1 Week at R.T.) Note 1: These values are minimum averages. Separate specimen values may not vary more than 25% under the specified minimum. 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 - ;Liquid Penetrant Inspection; Item - ;Studs, Piece 62; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection for Non-Magnetic Grades; Item - ;Self-Locking Heavy Hex Nuts, Piece 76; Performance - T9074-AS-GIB-010/271 or ASTM-E1417/ASTM-E1444 (Method C solvent removal techniques must not be used on thread) Acceptance - ;NASM25027 with sampling in accordance with MIL-DTL-32258; Test - ;Dye Penetrant Inspection; Item - ;Tailpiece Weld Ends in final machined condition including 1/2" of base material; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;S9074-AR-GIB-010/278; Test - ;Dye Penetrant Inspection; Item - ;Stem, Piece 14; Stem, Piece 15; and Body Insert, Piece 68-S1; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Attribute - Annealing and Age Hardening Item - ;Stem, Piece 14; Stem, Piece 15; and Studs, Piece 62; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Test - Weldability Test of ASTM-B369 material Item - ;Body, Piece 72-S1 and Tailpiece, Piece 73-S1; Performance - ASTM-B369 Acceptance - ASTM-B369 Test - Pressure Tests Item - Each Assembly Performance - ;General Note 1 on Drawing 803-4384678; Acceptance - ;General Note 1 on Drawing 803-4384678; Test - Quality Conformance Tests Item - Self-Locking Nuts Performance - ;MIL-DTL-32258; Acceptance - ;MIL-DTL-32258; Attribute - Certificate of Completion Item - Self-Locking Nut Nonmetallic Insert Performance - ;ASTM D6456, Type 1 or ASTM D4066, Group 01, Class 1 or 2, Grade 1, 2, 3, 4, 5, or 6; Attribute - Certificate of Compliance Item - Self-Locking Nuts Performance - This Certificate must state that self-locking nuts were manufactured by an approved source. Approved sources are those listed on QPL-25027 for the appropriate fastener. This QPL may also be considered as approved sources for Heavy Hex self-locking nuts. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 Radiography is required on ;Body, Piece 72-S1 and Tailpiece, Piece 73-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 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;803-4384676, Revision C; 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. 3.8 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD099; in ECDS at https://register.nslc.navy.mil/ 3.9 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 ;4. F.; of drawing ;803-4384678; . 3.9.1 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/ 3.9.2 CSD099 provides guidance for acceptance/rejection of teflon-coated valve balls after valve assembly production testing. 3.10 A visual inspection shall be performed on the finished seat with acceptance criteria on critical surfaces per CSD167 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.11 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/. 3.12 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID T884305724; ) must be added. When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type "C" on brass or Type "H" on aluminum must be securely attached to each assembly showing the above CID number. No assembly must be shipped without the CID number attached. 3.13 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.13.1 Fasteners that have been hot or cold headed or roll threaded must be solution annealed followed by age hardening subsequent to all heading and thread rolling operations. The mechanical properties on certifications must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.13.2 QQ-N-286 fasteners that have been headed and/or roll threaded must not beage hardened unless the material has been solution annealed subsequent to the heading and threading operations. Threads formed after the final age hardening heat treatment must be cut or ground only. 3.14 K-MONEL Fasteners - K-MONEL externally threaded fasteners must have mechanical properties determined in accordance with MIL-DTL-1222. Test results must include Tensile, Yield, Elongation and Hardness as required by MIL-DTL-1222. (The Hardness tests must be performed on a full size fastener.) 3.14.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.14.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.15 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.16 Thread Forming - The following provides the official interpretation of paragraph 4.5.2.7 of MIL-DTL-1222. 3.16.1 In order to qualify for "Alternate Mechanical Testing" found in MIL-DTL-1222J paragraph 4.5.2.7 and utilize the mechanical properties for the starting bar stock in lieu of performing yield strength or proof stress testing on finished fasteners, all of the subsequent provisions found in MIL-DTL-1222J paragraphs 4.5.2.7 a through e must be met. If any single provision is not met, all required mechanical testing must be performed on the finished full sized fasteners. These provisions are explained as follows: a. Proper product lot control and traceability must be in place. b. No heat treatment (including hot heading and hot forming), cold forming, drawing, rolling and thread rolling may be performed on the starting bar, fastener blanks or finished fasteners after the completion of the mechanical testing on the starting bar. c. and d. The proper size starting bar must be selected to ensure mechanical properties of finished fasteners are represented by the mechanical properties of the starting bar. e. The mandatory testing, axial tensile (studs) and wedge tensile (screws and bolts) must be performed on full sized fasteners. Note that there is a typographical error in paragraph 4.5.2.7 and that the axial load test is a mandatory test that must be performed on studs as required in paragraph 4.5.2.7.e. 3.16.2 Thread rolling is a cold working process and is not considered to be a machining or grinding operation. Therefore, fasteners which have rolled threads do not satisfy the provisions of MIL-DTL-1222J paragraph 4.5.2.7.b and are not eligible for the "Alternate Mechanical Testing" provision. 3.16.3 Thread rolling alone is not a sufficient cold working process to qualify a fastener to be in the cold worked (CW) condition. This condition is only applicable to some 300 series stainless steel studs, screws and nuts. These CW condition fasteners must be manufactured from cold worked bar stock or be cold headed in order to qualify. The threads may subsequently be rolled, machined or ground. Testing of the finished fasteners and/or reporting of the starting bar stock material properties is subject to the same provisions found in MIL-DTL-1222J paragraph 4.5.2.7 and discussed above. 3.17 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. 3.17.1 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. 3.17.2 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. 3.17.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.18 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.19 Thread Lubricant - Thread lubricants containing molybdenum disulfide must not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 must be used as a replacement when thread lubricant is required for assembly. 3.20 Lubrication: For drawing 4384678, grease per CID A-A-50433 must be used in lieu of DOD-G-24508, MIL-G-24139 or MIL-PRF-24139. 3.21 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. 3.22 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/ 3.23 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. Repair welding is not permitted on ;UNS C90300 and QQ-N-286 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.24 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. 3.24.1 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. 3.24.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.24.3 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. 3.25 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. 3.26 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. 3.27 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. 3.27.1 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 ^ 3.28 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. 3.29 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. 3.29.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.29.2 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 dat...

Deadline: 12/26/2025
Posted: 11/17/2025
SolicitationNAICS: 332919.0

VALVE,BALL

CONTACT INFORMATION|4|N743.49|WVN|7176052147|benjamin.t.spangler.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 BENJAMIN.T.SPANGLER.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| 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. RADIOGRAPHIC SHOOTING SKETCHES (RSS) 45 DAYS ADC APPROVAL OF RADIO RSS 30 DAYS AFTER RECEIPT PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RSS APPROVAL OF PR 30 DAYS AFTER RECEIPT 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. 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 requirement requires access to classified drawings. These drawings are not required to submit a quote, however, in the event of an award, a facility clearance may be required in accordance with FAR 52.204-2. 8. 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: ;4384676 - 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.3.3 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=DM117384 |96169| A| |D| | | | DRAWING DATA=4384676 |53711| C| |D| | | | DRAWING DATA=4384678 |80064| C| |D| | | | DRAWING DATA=4384678C01 |53711| C|DN |D| | | | DRAWING DATA=4384678C02 |53711| C|DN |D| | | | DRAWING DATA=4384678C03 |53711| C|DN |D| | | | DRAWING DATA=4384678C04 |53711| C|DN |D| | | | DRAWING DATA=4384678C05 |53711| C|DN |D| | | | DRAWING DATA=4384678C06 |53711| C|DN |D| | | | DRAWING DATA=4385050 |80064| C|DW |D| | | | DRAWING DATA=4385050-C1 |53711| -|1N |D| | | | DRAWING DATA=4385050-C2 |53711| -|1N |D| | | | DRAWING DATA=4385050-C3 |53711| -|1N |D| | | | DRAWING DATA=4385050-C4 |53711| -|1N |D| | | | DRAWING DATA=4385050-C5 |53711| -|1N |D| | | | DRAWING DATA=4385050-C6 |53711| -|1N |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-B139 | | | |121001|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A|2 | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |220401|A| | | DOCUMENT REF DATA=ASTM-B369 | | | |240701|A| | | DOCUMENT REF DATA=ASTM-B505 | | | |180301|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ASTM-E1417 | | | |160615|A| | | DOCUMENT REF DATA=ASTM-E1444 | | | |160601|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ASTM-D4066 | | | |130701|A| | | DOCUMENT REF DATA=ASTM-D6456 | | | |100801|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=QPL 25027 | | |17 |000207|A| | | DOCUMENT REF DATA=MIL-DTL-32258 | | | |210601|A|2 | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-50433 | | | |890815|A| | | DOCUMENT REF DATA=A-A-59004 | | |B |081118|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=AIA/NAS NASM 25027 | | |1 |121221|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 1 1/2 Inch Hull and Backup Valve must be in accordance with Naval Ship Systems Command Drawing 803-4385050, Assembly D, and DRNs 4385050-C1 through 4385050-C6, along with Naval Sea Systems Command Drawing 803-4384678 and DRNs 4384678-C1 through 4384678-C6, and Engineering Notice DM117384, except as amplified or modified herein.; 3.1.1 ;Less piece 42 (Actuator), piece 56 (Self-Locking Socket Head Cap Screw), piece 57 (Locking Plug), piece 59 (Adapter), piece 60 (Special Nut), piece 61 (Locking Plug), piece 63 (Stud), piece 64 (Stud), piece 65 (Stud), piece 69 (Special Nut), piece 70 (Special Nut), and Manual Operator.; 3.1.2 ;All actuator associated mounting parts must be supplied in a bag attached to the valve; 3.1.3 ;Bolt holes on mounting flange(s) must not be drilled. Dowel pin holes for actuator locating must not be drilled.; 3.2 ;Thrust Washers, Pieces 18, 19, and 20, must be Nylatron GSVQ-II or Delrin AF DE 588.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Body, Piece 72-S1; Material - ;ASTM-B369, Alloy UNS C96400; Part - ;Tailpiece, Piece 73-S1; Material - ;ASTM-B369, UNS C96400, with Maximum Yield Strength of 45,000 PSI; Part - ;Stem, Piece 14 and Stem, Piece 15; Material - ;QQ-N-286, Form 2, Annealed and Age Hardened; Part - ;Stem Retaining Nut, Piece 10 and Stem Retaining Nut, Piece 12; Material - ;ASTM-B505, Alloy C90300 or ASTM-B139, Alloy C51000, Temper H04 with the following minimum mechanical properties: 55 ksi tensile strength, 22 ksi yield strength, 18% elongation.; Part - ;Stud, Piece 62; Material - ;QQ-N-286, Annealed and Age Hardened, IAW MIL-DTL-1222, Type IV; Part - ;Body Insert (Q3), Piece 68-S1; Material - ;QQ-N-281, Class A, Hot Finished; PART - ;Self-Locking Heavy Hex Nuts, Piece 76, Part Number M25027/1-20C; MATERIAL - QQ-N-281, Class A or B, with chemical composition in accordance with MIL-DTL-32258. NOTE: All material must be the same Class. SELF-LOCKING ELEMENT - For 250 degree nuts use ASTM-D6456, Type 1 or ASTM-D4066, Group 01, Class 1 or 2, Grade 1, 2, 3, 4, 5,or 6. For 450 degree nuts use ASTM-D6456, Type 1. Part - ;Ball, Piece 7 and Ball, Piece 8; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must be applied. Part - ;Seats (Q3), Piece 9; Material - MD71-GG Mearthane (Graphite Filled Urethane). Material must be manufactured by Mearthane Products Inc. Cranston, RI. (Properties Specified Below Only) ITEM PROPERTY ASTM TEST METHOD VALUE (A) Hardness D2240 70 +/- 5 Shore D (B) Specific Gravity D792 1.18 +/- 0.02 (C) Tensile Strength D412 (DIEC) 5000 PSI MIN (D) Compression-Defl D575 700 PSI MIN @ 2% DEF. (E) Tensile Impact D1822 300 FT-LB/SQ IN (Note 1) (TYPE L SPECIMEN) (F) Water Absorption D570 1.5% MAX (1 Week at R.T.) Note 1: These values are minimum averages. Separate specimen values may not vary more than 25% under the specified minimum. 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 - ;Liquid Penetrant Inspection; Item - ;Studs, Piece 62; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection for Non-Magnetic Grades; Item - ;Self-Locking Heavy Hex Nuts, Piece 76; Performance - T9074-AS-GIB-010/271 or ASTM-E1417/ASTM-E1444 (Method C solvent removal techniques must not be used on thread) Acceptance - ;NASM25027 with sampling in accordance with MIL-DTL-32258; Test - ;Dye Penetrant Inspection; Item - ;Tailpiece Weld Ends in final machined condition including 1/2" of base material; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;S9074-AR-GIB-010/278; Test - ;Dye Penetrant Inspection; Item - ;Stem, Piece 14; Stem, Piece 15; and Body Insert, Piece 68-S1; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Attribute - Annealing and Age Hardening Item - ;Stem, Piece 14; Stem, Piece 15; and Studs, Piece 62; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Test - Weldability Test of ASTM-B369 material Item - ;Body, Piece 72-S1 and Tailpiece, Piece 73-S1; Performance - ASTM-B369 Acceptance - ASTM-B369 Test - Pressure Tests Item - Each Assembly Performance - ;General Note 1 on Drawing 803-4384678; Acceptance - ;General Note 1 on Drawing 803-4384678; Test - Quality Conformance Tests Item - Self-Locking Nuts Performance - ;MIL-DTL-32258; Acceptance - ;MIL-DTL-32258; Attribute - Certificate of Completion Item - Self-Locking Nut Nonmetallic Insert Performance - ;ASTM D6456, Type 1 or ASTM D4066, Group 01, Class 1 or 2, Grade 1, 2, 3, 4, 5, or 6; Attribute - Certificate of Compliance Item - Self-Locking Nuts Performance - This Certificate must state that self-locking nuts were manufactured by an approved source. Approved sources are those listed on QPL-25027 for the appropriate fastener. This QPL may also be considered as approved sources for Heavy Hex self-locking nuts. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 Radiography is required on ;Body, Piece 72-S1 and Tailpiece, Piece 73-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 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;803-4384676, Revision C; 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. 3.8 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD099; in ECDS at https://register.nslc.navy.mil/ 3.9 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 ;4. F.; of drawing ;803-4384678; . 3.9.1 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/ 3.9.2 CSD099 provides guidance for acceptance/rejection of teflon-coated valve balls after valve assembly production testing. 3.10 A visual inspection shall be performed on the finished seat with acceptance criteria on critical surfaces per CSD167 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.11 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/. 3.12 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID T884305724; ) must be added. When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type "C" on brass or Type "H" on aluminum must be securely attached to each assembly showing the above CID number. No assembly must be shipped without the CID number attached. 3.13 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.13.1 Fasteners that have been hot or cold headed or roll threaded must be solution annealed followed by age hardening subsequent to all heading and thread rolling operations. The mechanical properties on certifications must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.13.2 QQ-N-286 fasteners that have been headed and/or roll threaded must not beage hardened unless the material has been solution annealed subsequent to the heading and threading operations. Threads formed after the final age hardening heat treatment must be cut or ground only. 3.14 K-MONEL Fasteners - K-MONEL externally threaded fasteners must have mechanical properties determined in accordance with MIL-DTL-1222. Test results must include Tensile, Yield, Elongation and Hardness as required by MIL-DTL-1222. (The Hardness tests must be performed on a full size fastener.) 3.14.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.14.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.15 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.16 Thread Forming - The following provides the official interpretation of paragraph 4.5.2.7 of MIL-DTL-1222. 3.16.1 In order to qualify for "Alternate Mechanical Testing" found in MIL-DTL-1222J paragraph 4.5.2.7 and utilize the mechanical properties for the starting bar stock in lieu of performing yield strength or proof stress testing on finished fasteners, all of the subsequent provisions found in MIL-DTL-1222J paragraphs 4.5.2.7 a through e must be met. If any single provision is not met, all required mechanical testing must be performed on the finished full sized fasteners. These provisions are explained as follows: a. Proper product lot control and traceability must be in place. b. No heat treatment (including hot heading and hot forming), cold forming, drawing, rolling and thread rolling may be performed on the starting bar, fastener blanks or finished fasteners after the completion of the mechanical testing on the starting bar. c. and d. The proper size starting bar must be selected to ensure mechanical properties of finished fasteners are represented by the mechanical properties of the starting bar. e. The mandatory testing, axial tensile (studs) and wedge tensile (screws and bolts) must be performed on full sized fasteners. Note that there is a typographical error in paragraph 4.5.2.7 and that the axial load test is a mandatory test that must be performed on studs as required in paragraph 4.5.2.7.e. 3.16.2 Thread rolling is a cold working process and is not considered to be a machining or grinding operation. Therefore, fasteners which have rolled threads do not satisfy the provisions of MIL-DTL-1222J paragraph 4.5.2.7.b and are not eligible for the "Alternate Mechanical Testing" provision. 3.16.3 Thread rolling alone is not a sufficient cold working process to qualify a fastener to be in the cold worked (CW) condition. This condition is only applicable to some 300 series stainless steel studs, screws and nuts. These CW condition fasteners must be manufactured from cold worked bar stock or be cold headed in order to qualify. The threads may subsequently be rolled, machined or ground. Testing of the finished fasteners and/or reporting of the starting bar stock material properties is subject to the same provisions found in MIL-DTL-1222J paragraph 4.5.2.7 and discussed above. 3.17 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. 3.17.1 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. 3.17.2 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. 3.17.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.18 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.19 Thread Lubricant - Thread lubricants containing molybdenum disulfide must not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 must be used as a replacement when thread lubricant is required for assembly. 3.20 Lubrication: For drawing 4384678, grease per CID A-A-50433 must be used in lieu of DOD-G-24508, MIL-G-24139 or MIL-PRF-24139. 3.21 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. 3.22 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/ 3.23 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. Repair welding is not permitted on ;UNS C90300 and QQ-N-286 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.24 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. 3.24.1 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. 3.24.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.24.3 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. 3.25 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. 3.26 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. 3.27 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. 3.27.1 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 ^ 3.28 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. 3.29 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. 3.29.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.29.2 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...

Deadline: 12/26/2025
Posted: 11/17/2025
SolicitationNAICS: 332919.0

VALVE,BALL

CONTACT INFORMATION|4|N743.49|WVN|7176052147|benjamin.t.spangler.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 BENJAMIN.T.SPANGLER.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 issued 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. RADIOGRAPHIC SHOOTING SKETCHES (RSS) 45 DAYS ADC APPROVAL OF RADIO RSS 30 DAYS AFTER RECEIPT PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RSS APPROVAL OF PR 30 DAYS AFTER RECEIPT 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. 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 requirement requires access to classified drawings. These drawings are not required to submit a quote, however, in the event of an award, a facility clearance may be required in accordance with FAR 52.204-2. 8. 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: ;4384676 - 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 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.3.3 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. DRAWING DATA=DM117384 |96169| A| |D| | | | DRAWING DATA=4384676 |53711| C| |D| | | | DRAWING DATA=4384678 |80064| C| |D| | | | DRAWING DATA=4384678C01 |53711| C|DN |D| | | | DRAWING DATA=4384678C02 |53711| C|DN |D| | | | DRAWING DATA=4384678C03 |53711| C|DN |D| | | | DRAWING DATA=4384678C04 |53711| C|DN |D| | | | DRAWING DATA=4384678C05 |53711| C|DN |D| | | | DRAWING DATA=4384678C06 |53711| C|DN |D| | | | DRAWING DATA=4385050 |80064| C|DW |D| | | | DRAWING DATA=4385050-C1 |53711| -|1N |D| | | | DRAWING DATA=4385050-C2 |53711| -|1N |D| | | | DRAWING DATA=4385050-C3 |53711| -|1N |D| | | | DRAWING DATA=4385050-C4 |53711| -|1N |D| | | | DRAWING DATA=4385050-C5 |53711| -|1N |D| | | | DRAWING DATA=4385050-C6 |53711| -|1N |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-B139 | | | |121001|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A|2 | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |220401|A| | | DOCUMENT REF DATA=ASTM-B369 | | | |240701|A| | | DOCUMENT REF DATA=ASTM-B505 | | | |180301|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ASTM-E1417 | | | |160615|A| | | DOCUMENT REF DATA=ASTM-E1444 | | | |160601|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ASTM-D4066 | | | |130701|A| | | DOCUMENT REF DATA=ASTM-D6456 | | | |100801|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=QPL 25027 | | |17 |000207|A| | | DOCUMENT REF DATA=MIL-DTL-32258 | | | |210601|A|2 | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-50433 | | | |890815|A| | | DOCUMENT REF DATA=A-A-59004 | | |B |081118|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=AIA/NAS NASM 25027 | | |1 |121221|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 1 1/2 Inch Hull and Backup Valve must be in accordance with Naval Ship Systems Command Drawing 803-4385050, Assembly D, and DRNs 4385050-C1 through 4385050-C6, along with Naval Sea Systems Command Drawing 803-4384678 and DRNs 4384678-C1 through 4384678-C6, and Engineering Notice DM117384, except as amplified or modified herein.; 3.1.1 ;Less piece 42 (Actuator), piece 56 (Self-Locking Socket Head Cap Screw), piece 57 (Locking Plug), piece 59 (Adapter), piece 60 (Special Nut), piece 61 (Locking Plug), piece 63 (Stud), piece 64 (Stud), piece 65 (Stud), piece 69 (Special Nut), piece 70 (Special Nut), and Manual Operator.; 3.1.2 ;All actuator associated mounting parts must be supplied in a bag attached to the valve; 3.1.3 ;Bolt holes on mounting flange(s) must not be drilled. Dowel pin holes for actuator locating must not be drilled.; 3.2 ;Thrust Washers, Pieces 18, 19, and 20, must be Nylatron GSVQ-II or Delrin AF DE 588.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Body, Piece 72-S1; Material - ;ASTM-B369, Alloy UNS C96400; Part - ;Tailpiece, Piece 73-S1; Material - ;ASTM-B369, UNS C96400, with Maximum Yield Strength of 45,000 PSI; Part - ;Stem, Piece 14 and Stem, Piece 15; Material - ;QQ-N-286, Form 2, Annealed and Age Hardened; Part - ;Stem Retaining Nut, Piece 10 and Stem Retaining Nut, Piece 12; Material - ;ASTM-B505, Alloy C90300 or ASTM-B139, Alloy C51000, Temper H04 with the following minimum mechanical properties: 55 ksi tensile strength, 22 ksi yield strength, 18% elongation.; Part - ;Stud, Piece 62; Material - ;QQ-N-286, Annealed and Age Hardened, IAW MIL-DTL-1222, Type IV; Part - ;Body Insert (Q3), Piece 68-S1; Material - ;QQ-N-281, Class A, Hot Finished; PART - ;Self-Locking Heavy Hex Nuts, Piece 76, Part Number M25027/1-20C; MATERIAL - QQ-N-281, Class A or B, with chemical composition in accordance with MIL-DTL-32258. NOTE: All material must be the same Class. SELF-LOCKING ELEMENT - For 250 degree nuts use ASTM-D6456, Type 1 or ASTM-D4066, Group 01, Class 1 or 2, Grade 1, 2, 3, 4, 5,or 6. For 450 degree nuts use ASTM-D6456, Type 1. Part - ;Ball, Piece 7 and Ball, Piece 8; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must be applied. Part - ;Seats (Q3), Piece 9; Material - MD71-GG Mearthane (Graphite Filled Urethane). Material must be manufactured by Mearthane Products Inc. Cranston, RI. (Properties Specified Below Only) ITEM PROPERTY ASTM TEST METHOD VALUE (A) Hardness D2240 70 +/- 5 Shore D (B) Specific Gravity D792 1.18 +/- 0.02 (C) Tensile Strength D412 (DIEC) 5000 PSI MIN (D) Compression-Defl D575 700 PSI MIN @ 2% DEF. (E) Tensile Impact D1822 300 FT-LB/SQ IN (Note 1) (TYPE L SPECIMEN) (F) Water Absorption D570 1.5% MAX (1 Week at R.T.) Note 1: These values are minimum averages. Separate specimen values may not vary more than 25% under the specified minimum. 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 - ;Liquid Penetrant Inspection; Item - ;Studs, Piece 62; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection for Non-Magnetic Grades; Item - ;Self-Locking Heavy Hex Nuts, Piece 76; Performance - T9074-AS-GIB-010/271 or ASTM-E1417/ASTM-E1444 (Method C solvent removal techniques must not be used on thread) Acceptance - ;NASM25027 with sampling in accordance with MIL-DTL-32258; Test - ;Dye Penetrant Inspection; Item - ;Tailpiece Weld Ends in final machined condition including 1/2" of base material; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;S9074-AR-GIB-010/278; Test - ;Dye Penetrant Inspection; Item - ;Stem, Piece 14; Stem, Piece 15; and Body Insert, Piece 68-S1; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Attribute - Annealing and Age Hardening Item - ;Stem, Piece 14; Stem, Piece 15; and Studs, Piece 62; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Test - Weldability Test of ASTM-B369 material Item - ;Body, Piece 72-S1 and Tailpiece, Piece 73-S1; Performance - ASTM-B369 Acceptance - ASTM-B369 Test - Pressure Tests Item - Each Assembly Performance - ;General Note 1 on Drawing 803-4384678; Acceptance - ;General Note 1 on Drawing 803-4384678; Test - Quality Conformance Tests Item - Self-Locking Nuts Performance - ;MIL-DTL-32258; Acceptance - ;MIL-DTL-32258; Attribute - Certificate of Completion Item - Self-Locking Nut Nonmetallic Insert Performance - ;ASTM D6456, Type 1 or ASTM D4066, Group 01, Class 1 or 2, Grade 1, 2, 3, 4, 5, or 6; Attribute - Certificate of Compliance Item - Self-Locking Nuts Performance - This Certificate must state that self-locking nuts were manufactured by an approved source. Approved sources are those listed on QPL-25027 for the appropriate fastener. This QPL may also be considered as approved sources for Heavy Hex self-locking nuts. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 Radiography is required on ;Body, Piece 72-S1 and Tailpiece, Piece 73-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 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;803-4384676, Revision C; 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. 3.8 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD099; in ECDS at https://register.nslc.navy.mil/ 3.9 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 ;4. F.; of drawing ;803-4384678; . 3.9.1 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/ 3.9.2 CSD099 provides guidance for acceptance/rejection of teflon-coated valve balls after valve assembly production testing. 3.10 A visual inspection shall be performed on the finished seat with acceptance criteria on critical surfaces per CSD167 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.11 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/. 3.12 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID T884305724; ) must be added. When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type "C" on brass or Type "H" on aluminum must be securely attached to each assembly showing the above CID number. No assembly must be shipped without the CID number attached. 3.13 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.13.1 Fasteners that have been hot or cold headed or roll threaded must be solution annealed followed by age hardening subsequent to all heading and thread rolling operations. The mechanical properties on certifications must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.13.2 QQ-N-286 fasteners that have been headed and/or roll threaded must not beage hardened unless the material has been solution annealed subsequent to the heading and threading operations. Threads formed after the final age hardening heat treatment must be cut or ground only. 3.14 K-MONEL Fasteners - K-MONEL externally threaded fasteners must have mechanical properties determined in accordance with MIL-DTL-1222. Test results must include Tensile, Yield, Elongation and Hardness as required by MIL-DTL-1222. (The Hardness tests must be performed on a full size fastener.) 3.14.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.14.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.15 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.16 Thread Forming - The following provides the official interpretation of paragraph 4.5.2.7 of MIL-DTL-1222. 3.16.1 In order to qualify for "Alternate Mechanical Testing" found in MIL-DTL-1222J paragraph 4.5.2.7 and utilize the mechanical properties for the starting bar stock in lieu of performing yield strength or proof stress testing on finished fasteners, all of the subsequent provisions found in MIL-DTL-1222J paragraphs 4.5.2.7 a through e must be met. If any single provision is not met, all required mechanical testing must be performed on the finished full sized fasteners. These provisions are explained as follows: a. Proper product lot control and traceability must be in place. b. No heat treatment (including hot heading and hot forming), cold forming, drawing, rolling and thread rolling may be performed on the starting bar, fastener blanks or finished fasteners after the completion of the mechanical testing on the starting bar. c. and d. The proper size starting bar must be selected to ensure mechanical properties of finished fasteners are represented by the mechanical properties of the starting bar. e. The mandatory testing, axial tensile (studs) and wedge tensile (screws and bolts) must be performed on full sized fasteners. Note that there is a typographical error in paragraph 4.5.2.7 and that the axial load test is a mandatory test that must be performed on studs as required in paragraph 4.5.2.7.e. 3.16.2 Thread rolling is a cold working process and is not considered to be a machining or grinding operation. Therefore, fasteners which have rolled threads do not satisfy the provisions of MIL-DTL-1222J paragraph 4.5.2.7.b and are not eligible for the "Alternate Mechanical Testing" provision. 3.16.3 Thread rolling alone is not a sufficient cold working process to qualify a fastener to be in the cold worked (CW) condition. This condition is only applicable to some 300 series stainless steel studs, screws and nuts. These CW condition fasteners must be manufactured from cold worked bar stock or be cold headed in order to qualify. The threads may subsequently be rolled, machined or ground. Testing of the finished fasteners and/or reporting of the starting bar stock material properties is subject to the same provisions found in MIL-DTL-1222J paragraph 4.5.2.7 and discussed above. 3.17 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. 3.17.1 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. 3.17.2 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. 3.17.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.18 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.19 Thread Lubricant - Thread lubricants containing molybdenum disulfide must not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 must be used as a replacement when thread lubricant is required for assembly. 3.20 Lubrication: For drawing 4384678, grease per CID A-A-50433 must be used in lieu of DOD-G-24508, MIL-G-24139 or MIL-PRF-24139. 3.21 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. 3.22 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/ 3.23 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. Repair welding is not permitted on ;UNS C90300 and QQ-N-286 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.24 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. 3.24.1 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. 3.24.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.24.3 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. 3.25 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. 3.26 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. 3.27 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. 3.27.1 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 ^ 3.28 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. 3.29 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. 3.29.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.29.2 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 dat...

Deadline: 12/26/2025
Posted: 11/18/2025
SolicitationNAICS: 332919.0

CL25041017 BATTERY LTC

NSN(s): 6140-01-378-8232, 6140-01-457-5469, 6140-01-475-9361, 6140-01-475-9414, 6140-01-523-6288, 6140-01-529-7226, and 6160-01-453-0858 Item Description: SEE RFP Manufacturer’s Code and Part Number (if applicable): N/A Drawing Number (if applicable): SEE RFP Specification Number (if applicable): N/A Qualification Requirements (e.g. QPL) and where information on qualification requirements may be obtained. (if applicable): N/A Quantity (including option quantity) : Anticipated type of contract is a firm-fixed price contract. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis. Unit of Issue: EA Destination Information: FOB DESTINATION – STOCK ONLY Delivery Schedule: SEE RFP ** Anticipated type of contract is an Indefinite Quantity Contract (IQC), I/A/W FAR Part 12 procedures. ** This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c). One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. For items with available technical data, users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). All responsible sources may submit an offer/quote which shall be considered. --- ( x ) The solicitation will be available on DLA’s Internet Bid Board Site (https://www.dibbs.bsm.dla.mil/RFP/) on or about 11/25/2025. ( x ) The Small Business size standard is _1250_ employees. ( x ) Specifications, plans or drawings are not available. ( x ) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years. (x ) While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. ( x) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 USC 2304(c)(1). Approved sources are: CLARIOS (0UJ55) TYPE OF SET-ASIDE: UNRESTRICTED

Deadline: 12/27/2025
Posted: 11/10/2025
PresolicitationNAICS: 335910.0

IT Support Specialist - Personal Services Contractor

U.S. DEPARTMENT OF THE TREASURY OFFICE OF TECHNICAL ASSISTANCE IT SUPPORT SPECIALIST The U.S. Department of the Treasury is seeking a detail-oriented administrative and program support staff member to serve as an IT Support Specialist for its Washington, DC-based technical assistance program. The person selected will be hired under a personal services contract. The Office of Technical Assistance provides technical assistance to over 50 countries in five functional areas: economic crimes, government debt and infrastructure finance, budget and financial accountability, banking and financial services, and revenue administration. This position is located at OTA headquarters in Washington, DC. SCOPE OF POSITION The IT Support Specialist delivers comprehensive IT help desk and technical support across OTA’s global footprint. Responsibilities span hardware, software, network, cybersecurity, email systems, and equipment logistics. Duties may include but are not limited to: Hardware, software, and network support for global staff Governance and information assurance/cybersecurity to ensure compliance with government-wide cyber-security directives and FISMA compliant reporting, as well as enterprise initiatives like cyber hygiene scans and data loss prevention IT service delivery to include remote technical support such as device troubleshooting, patching, IT asset provisioning, software/hardware maintenance, Audio/Video equipment, troubleshooting M365 and other software issues, and managing IT inventory Email support, including account creation, updates, deletions, and archiving IT equipment support, maintenance, repair, and replacement of IT assets QUALIFICATIONS Required Knowledge, Skills, and Experience: Deep understanding of M365 hybrid environments, Entra ID, SSO, and MFA Proficiency in Windows troubleshooting and device support Skilled in Microsoft 365 administration: Exchange Online, Teams, SharePoint, OneDrive, Groups Experience with Adobe, Power BI, Power Automate, Visio, Planner, Project Experience installing, configuring, and supporting laptop and mobile devices. Experience with remote support tools (Remote Desktop, Zoom, MS Teams) Knowledge of cloud security best practices and compliance In addition to the requirements listed above, the following experience is preferred: Experience supporting a hybrid work environment that includes support of staff deployed worldwide Strong communication and interpersonal skills Ability to work under deadlines and to adapt to changing circumstances Collaborative team spirit, cultural sensitivity, and a strong desire to learn Minimum 7 years of IT support experience Bachelor’s degree in IT or related field; relevant certifications (e.g., CompTIA, Microsoft, ITIL) preferred Please note: These are PERSONAL SERVICES CONTRACTOR positions; NOT civil service positions. Must be U.S. citizen. SALARY: In accordance with program regulations and based on demonstrated salary history, salaries range from $40.54 to $75.11 per hour. Background checks and Security Clearance: MODERATE RISK PuBLIC Trust Candidates will need to be eligible to obtain and maintain an appropriate level of security clearance. HOW TO APPLY: Applicants should submit a cover letter and resume by e-mail to: recruitment@ota.treas.gov. For consideration, emailed applications should not be sent, or contain a cc, to any OTA, IRS, or other government personnel or email address. Please reference Solicitation 2032K826R00001 on your cover letter and resume. When e-mailing, the subject line must contain the following: Solicitation 2032K826R00001 – IT Support Specialist – Applicant’s Last Name, First Name. Emails received not containing this subject line will be deemed non-responsive and will not be forwarded to the program office/selection official(s) for consideration. Only applicants to be interviewed will be contacted. No phone calls please and no hand carries. This announcement is open and continuous until December 26, 2025, although selections may be made in advance of that date. Please be advised that all contractors, if hired, must obtain a Unique Entity Identifier and must maintain SAM registration. The U.S. Government is an Equal Opportunity Employer.

Deadline: 12/27/2025
Posted: 11/7/2025
PresolicitationNAICS: 541519.0

NSN 1560-010225449, SPACER ASSEMBLY, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC

NSN: 1560-010225449, IQC PR: 1000215651, ITEM: SPACER ASSEMBLY THIS PART IS MANUFACTURED UNDER PART NUMBER 69-15483-1 BY KIT PACK CO INC (CAGE 30842) AEROMETALS INC (CAGE 32664) THE BOEING COMPANY (CAGE 81205) COASTAL DEFENSE PRODUCTS INC (CAGE 05SC4) THE SOLICITATION WILL BE ISSUED AS AN UNRESTICTED PROCUREMENT (OTHER THAN FULL AND OPEN COMPETITION). THIS PROCUREMENT IS FOR AN INDEFINITE QUANTITY CONTRACT (IQC) FOR A BASE PERIOD OF 5 YEARS WITH ZERO (0) OPTIONS. THE ESTIMATED ANNUAL QUANTITY IS 40 EACH. DELIVERY WILL BE 155 DAYS AFTER DATE OF ORDER. INSPECTION AND ACCEPTANCE WILL TAKE PLACE AT ORIGIN. FOB IS AT DESTINATION. THIS ITEM CITED REQUIRES DATA WHICH IS RESTRICTED TO CONTRACTORS CERTIFIED BY DOD TO ACCESS UNCLASSIFIED DATA PER DOD 5220.22M. CERTIFICATION IS OBTAINED BY SUBMITTING DD FORM 2345, MILITARY CRITICAL TECHNICAL DATA AGREEMENT, TO THE DEFENSE LOGISTICS INFORMATION SERVICES. THIS SOLICITATION INCLUDES PROCUREMENT NOTE L09, REVERSE AUCTION. SINCE A REVERSE AUCTION MAY BE CONDUCTED, OFFERORS ARE ENCOURAGED TO ACCESS THE PROCUREX SYSTEM TO SELF-REGISTER AND REVIEW THE AVAILABLE TRAINING TOOLS AT: DLA.PROCUREXINC.COM TO LEARN MORE ABOUT HOW TO PARTICIPATE IN AN AUCTION. OFFERORS WHO DO NOT SELF-REGISTER WILL BE LOADED AT THE TIME OF AUCTION BY DLA. ALL QUESTIONS CAN BE DIRECTED TO THE REVERSE AUCTION PROGRAM MANAGER AT DLAAVNREVAUC@DLA.MIL. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFP ON THE ISSUE DATE CITED IN THE SOLICITATION. FROM THE DIBBS HOMEPAGE, SELECT “REQUESTS FOR PROPOSAL (RFP) / INVITATION FOR BID (IFB)” FROM THE MENU UNDER THE TAB “SOLICITATIONS.” THEN SEARCH FOR AND CHOOSE THE RFP YOU WISH TO DOWNLOAD. SOLICITATIONS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT HTTP://WWW.ADOBE.COM. A PAPER COPY OF THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS. THE SOLICITATION WILL BE ISSUED ON OR ABOUT NOVEMBER 25, 2025.

Deadline: 12/27/2025
Posted: 11/6/2025
PresolicitationNAICS: 336413.0

NSN 1560-010225449, SPACER ASSEMBLY, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC

NSN: 1560-010225449, IQC PR: 1000215651, ITEM: SPACER ASSEMBLY THIS PART IS MANUFACTURED UNDER PART NUMBER 69-15483-1 BY KIT PACK CO INC (CAGE 30842) AEROMETALS INC (CAGE 32664) THE BOEING COMPANY (CAGE 81205) COASTAL DEFENSE PRODUCTS INC (CAGE 05SC4) THE SOLICITATION WILL BE ISSUED AS AN UNRESTICTED PROCUREMENT (OTHER THAN FULL AND OPEN COMPETITION). THIS PROCUREMENT IS FOR AN INDEFINITE QUANTITY CONTRACT (IQC) FOR A BASE PERIOD OF 5 YEARS WITH ZERO (0) OPTIONS. THE ESTIMATED ANNUAL QUANTITY IS 40 EACH. DELIVERY WILL BE 155 DAYS AFTER DATE OF ORDER. INSPECTION AND ACCEPTANCE WILL TAKE PLACE AT ORIGIN. FOB IS AT DESTINATION. THIS ITEM CITED REQUIRES DATA WHICH IS RESTRICTED TO CONTRACTORS CERTIFIED BY DOD TO ACCESS UNCLASSIFIED DATA PER DOD 5220.22M. CERTIFICATION IS OBTAINED BY SUBMITTING DD FORM 2345, MILITARY CRITICAL TECHNICAL DATA AGREEMENT, TO THE DEFENSE LOGISTICS INFORMATION SERVICES. THIS SOLICITATION INCLUDES PROCUREMENT NOTE L09, REVERSE AUCTION. SINCE A REVERSE AUCTION MAY BE CONDUCTED, OFFERORS ARE ENCOURAGED TO ACCESS THE PROCUREX SYSTEM TO SELF-REGISTER AND REVIEW THE AVAILABLE TRAINING TOOLS AT: DLA.PROCUREXINC.COM TO LEARN MORE ABOUT HOW TO PARTICIPATE IN AN AUCTION. OFFERORS WHO DO NOT SELF-REGISTER WILL BE LOADED AT THE TIME OF AUCTION BY DLA. ALL QUESTIONS CAN BE DIRECTED TO THE REVERSE AUCTION PROGRAM MANAGER AT DLAAVNREVAUC@DLA.MIL. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFP ON THE ISSUE DATE CITED IN THE SOLICITATION. FROM THE DIBBS HOMEPAGE, SELECT “REQUESTS FOR PROPOSAL (RFP) / INVITATION FOR BID (IFB)” FROM THE MENU UNDER THE TAB “SOLICITATIONS.” THEN SEARCH FOR AND CHOOSE THE RFP YOU WISH TO DOWNLOAD. SOLICITATIONS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT HTTP://WWW.ADOBE.COM. A PAPER COPY OF THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS. THE SOLICITATION WILL BE ISSUED ON OR ABOUT NOVEMBER 25, 2025.

Deadline: 12/27/2025
Posted: 11/6/2025
PresolicitationNAICS: 336413.0

open, inspect and report OPERATOR INTERFACE, ELECTRONIC

THE USCG SURFACE FORCE LOGISTICS CENTER HAS A REQUIREMENT TO OPEN, INSPECT, REPORT AND OVERHAUL/REPAIR THE FOLLOWING: 5998 01-453-4620 OPERATOR INTERFACE, ELECTRONIC Open, Inspect and Report MFG NAME: UTICOR TECHNOLOGY INCORPORATED PART_NBR: 76737-16 Qty: 9 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation Number 70Z04024QMETY010 issued as a request for quotation (RFQ). (iii) Solicitation 70Z04024METY010 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC FAR Subpart 12.6, 2025-01 11/12/2024. (iv) NAICS 811219 (v) See Attached Excel Spreadsheet, “CLIN Structure.” (vi) Substitute parts or part numbers are NOT acceptable. The USCG does not own the rights to the proprietary data and therefore cannot provide drawings, specifications or schematics for these parts. (vii) Delivery: All items shall be delivered not later than July 12, 2025. Deliveries are to be made Monday through Friday between the hours of 7:00 am to 1:00 pm. Delivery shall be F.O.B. Destination to: United States Coast Guard (SFLC) Receiving Room, Bldg. #88A 2401 Hawkins Point Road Baltimore, MD 21226. Inspection and Acceptance: F.O.B. DESTINATION Inspection and acceptance shall take place after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition, the following language applies to this provision: Multiple awards will not be made. Vendor shall provide an all-or-nothing quote for the requirement identified in (v) above. (ix) Award will be made to the lowest price offeror, that is deemed technically acceptable. In accordance with the specification, the Contractor shall provide a TOTAL FIRM FIXED PRICE for all necessary equipment and labor (to include estimated repair cost) at a loaded composite hourly rate, including profit, G&A and overhead, material, to arrive at a total price to overhaul, test, prepare and submit a Final Inspection Report, preserve, package, mark and delivery. The composite labor rate will be multiplied by the estimated number of labor hours (XXX) and will be used for evaluation purposes. A material percentage will be proposed by the contractor to be used for all shipping, handling, and other costs associated. This percentage will be multiplied by the Government’s anticipated price to obtain an extended price for evaluation purposes. The total evaluated price will be based on the total value of CLINs 0001 and 0002. CLIN 0002 will be calculated by adding the two extended prices for Sub-CLINs (SLINs) 0002A,0002B, and 0002C. Optional Item CLIN 0002 may be exercised at the time of contract award. After the open and inspect report is completed by the vendor and reviewed by the government the final repair cost will be based on the negotiated hours and rates established at contract award and the proposed level of effort required for the repair as stated in the open and inspect report. The Contracting Officer will review and approve the repair in writing. Only upon the Contracting Officer’s approval will the contractor begin the repair in accordance with the Not to Exceed amount indicate by the Contracting Officer using the pricing in accordance with CLIN 0002. In addition to rates/percentages/prices requested in the price schedule interested parties shall provide an estimated schedule for repair. Vendor must be registered at https://www.sam.gov prior to quote submittal. Each Offeror’s record in FAPIIS will be reviewed prior to award. Award will not be made to any offeror who has any adverse financial information or exclusions. (x) offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with their offer, if this information is not already included in https://www.sam.gov (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Dec 2022) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) ( 41 U.S.C. 4704 and 10 U.S.C. 4655). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). X (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) ( 31 U.S.C. 6101 note). __(9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) ( 41 U.S.C. 2313). __(10) [Reserved]. __(11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) ( 15 U.S.C. 657a). X__(12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) ( 15 U.S.C. 657a). __(13) [Reserved] __(14) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644). __ (ii) Alternate I (Mar 2020) of 52.219-6. __ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644) __ (ii) Alternate I (Mar 2020) of 52.219-7. __ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)). __ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2022) ( 15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Jun 2020) of 52.219-9. __ (v) Alternate IV (Sep 2021) of 52.219-9. __ (18) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) ( 15 U.S.C. 644(r)). __ (ii) Alternate I (Mar 2020) of 52.219-13. __ (19) 52.219-14, Limitations on Subcontracting (Oct 2022) ( 15 U.S.C. 637s). __ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Sep 2021) ( 15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Oct 2022) ( 15 U.S.C. 657f). __ (22) (i) 52.219-28, Post Award Small Business Program Representation (Oct 2022) ( 15 U.S.C. 632(a)(2)). __ (ii) Alternate I (Mar 2020) of 52.219-28. __ (23) 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(m)). _ (24) 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Oct 2022) ( 15 U.S.C. 637(m)). __ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) ( 15 U.S.C. 644(r)). _X_ (26) 52.219-33, Nonmanufacturer Rule (Sep 2021) ( 15U.S.C. 637(a)(17)). X (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). X (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126). X (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). __ (ii) Alternate I (Feb 1999) of 52.222-26. __ (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212). __ (ii) Alternate I (Jul 2014) of 52.222-35. _X_ (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793). __ (ii) Alternate I (Jul 2014) of 52.222-36. __ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212). _ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (35) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627). __ (36) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.) __ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). __ (40) (i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (41) (i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun2014) of 52.223-14. __ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) ( 42 U.S.C. 8259b). __ (43) (i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). __ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). __ (46) 52.223-21, Foams (Jun2016) (E.O. 13693). __ (47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). __ (ii) Alternate I (Jan 2017) of 52.224-3. __ (48) (i) 52.225-1, Buy American-Supplies (Oct 2022) ( 41 U.S.C. chapter 83). __ (ii) Alternate I (Oct 2022) of 52.225-1. x__ (49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Dec 2022) ( 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, 19 U.S.C. chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __ (ii) Alternate I [Reserved]. __ (iii) Alternate II (Dec 2022) of 52.225-3. __ (iv) Alternate III (Jan 2021) of 52.225-3. __ (v) Alternate IV (Oct 2022) of 52.225-3. __ (50) 52.225-5, Trade Agreements (Dec 2022) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). __ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42 U.S.C. 5150). __ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) ( 42 U.S.C. 5150). __ (55) 52.229-12, Tax on Certain Foreign Procurements (Feb 2021). __ (56) 52.232-29, Terms for Financing of Purchases of Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805). (57) 52.232-30, Installment Payments for Commercial Products and Commercial Services (Nov 2021) ( 41 U.S.C. 4505, 10 U.S.C. 3805). X (58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332). (59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) ( 31 U.S.C. 3332). (60) 52.232-36, Payment by Third Party (May 2014) ( 31 U.S.C. 3332). __ (61) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a). __ (62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) ( 15 U.S.C. 637(d)(13)). __ (63) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. __ (iii) Alternate II (Nov 2021) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter67). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67). __ (5) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67). __ (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67). __ (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). __ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). __ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). (viii) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67). (xiii) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O 13627). (B) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67). (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (May 2022) (E.O. 12989). (xvii) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). (xviii) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations. (d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8 G of the Inspector General Act of 1978 ( 5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to— (i) Examine any of the Contractor’s or any subcontractors’ records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial products or commercial services, other than— (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (C) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91). (D) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (E) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (F) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (G) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (H) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212). (I) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793). (J) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (K) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67). (L) ___ (1) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O 13627). ___ (2) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627). (M) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67). (N) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67). (O) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (P) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). (Q) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). (R) (1) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a). (2) Alternate I (Jan 2017) of 52.224-3. (S) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). (T) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (U) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (End of Clause) (xiii) Electronic Submission of Payment Requests (a) Definitions. As used in these instructions - (1) “Payment request” means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must: comply with the requirements identified in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in this contract. In addition, discount offerings and small business status if available shall be stated. If travel was allowable and approved, components in accordance with FAR 31.205-46 shall be provided. (b) The contractor shall submit payment requests electronically using the Invoice Processing Platform (IPP). The contractor will submit payment requests using the blank form in IPP. (c) Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (d) IPP enrollment information is at https://www.uscg.mil/fincen/IPP/. Additional Clauses HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. As prescribed in (HSAR) 48 CFR 3012.301, insert the following clause: Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: [The Contracting Officer should either check the provisions and clauses that apply or delete the provisions and clauses that do not apply from the list. The Contracting Officer may add the date of the provision or clause if desired for clarity.] (a) Provisions. _X__3052.247-72 F.o.B. Destination Only. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS) ratings are not applicable. (xv) Quotes are due not later than 8/7/24, by 9 AM Eastern Daylight Savings Time (DST). (xvi) All questions regarding this notice shall be submitted in writing to Eric Goldstein not later than 10/27/2024 9AM/EST. Quote shall be emailed to Eric.I.Goldstein@uscg.mil.

Deadline: 12/27/2025
Posted: 12/19/2024
Combined Synopsis/SolicitationNAICS: 81121.0

Suite of Integrated Radio Frequency Countermeasures (SIRFC) system

The United States Special Operations Command (USSOCOM), Special Operation Forces (SOF), Acquisition Technology and Logistics (AT&L), Technology Applications Program Office (TAPO) intends to award a non-competitive sole source follow-on contract under the authority of FAR 6.302-1 for the procurement of the continued life-cycle support of the AN/ALQ-211 Suite of Integrated Radio Frequency Countermeasures (SIRFC). The contract will support the AN/ALQ-211 system through procurement of Program Management, Engineering Support, Contractor Logistics Support, Material Procurement, Field Service Representatives, and Administration Support. The intended source for this procurement is L3Harris Technologies, Inc., 77 River Road, Clifton, New Jersey 07014-2000 Cage: 28527. The intended award will result in a hybrid Firm Fixed Price, Cost-Reimbursable, and Cost-Plus Fixed Fee, Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The IDIQ will consist of one (1) five-year ordering period and a six (6) month option to extend the ordering period. The Agency has tentatively assigned North American Industry Classification System (NAICS) Code 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, to the requirement, but interested sources can recommend other NAICS Codes for agency consideration Small Business Size Standard: 1350. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of the FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Per FAR 6.302-1(a)(2)(ii), Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in (1) substantial duplication of cost to the Government that is not expected to be recovered through competition, or (2) unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 3304(b)(2) or 41 U.S.C. 253 (d)(1)(B). L3Harris Technologies, Inc. is the only available source who can support the sustainment of the AN/ALQ-211 system as its sole designer and developer. In addition to possessing unique knowledge and in-depth understanding of the design and operation of the AN/ALQ-211 system, L3Harris Technologies, Inc. maintains intellectual property rights for the AN/ALQ-211. A Sources Sought Notice was publicized as required by DFARS 206.302-1(d) on 16 November 2023. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all capabilities statements or proposals received within the closing date set in this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All interested, capable, and responsible sources that would like to respond to this pre-solicitation synopsis are encouraged to provide a statement of interest along with supporting documentation to Mrs. Stephanie Dillon, stephanie.f.dillon.civ@socom.mil, no later than 10:00 am Eastern Time on 27 December 2024. The interested source bears the burden of substantiating its proposed system meets the Government’s requirements without substantially duplicating the cost and schedule already incurred for development and qualification of the L3Harris Technologies, Inc. system.

Deadline: 12/27/2025
Posted: 12/13/2024
PresolicitationNAICS: 334511.0

USNS GUADALUPE FY26 Mid-Term Availability

USNS GUADALUPE FY26 Mid-Term Availability

Deadline: 12/27/2025
Posted: 11/12/2025
SolicitationNAICS: 336611.0

Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project

See attached solicitation

Deadline: 12/27/2025
Posted: 11/13/2025
SolicitationNAICS: 237990.0

Synopsis for Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project

See attached solicitation

Deadline: 12/27/2025
Posted: 11/13/2025
SolicitationNAICS: 237990.0

Wheel Assembly, Pneumatic

*This requirement is now posted as SPRDL1-24-R-0197 THIS A FULL AND OPEN COMPETITION PROCUREMENT IS EXPECTED TO RESULT IN A 5-YEAR, REQUIREMENTS TYPE CONTRACT (RTC). ITEM: Wheel Assembly, Pneumatic NSN:2530-01-514-7903 Part Number (CAGE: 19207): 12496888 FOB Point: Destination Inspection/Acceptance Points: Origin/Origin Packaging: Military B with Special Packaging Instructions See attached solicitation for additional information. There is a Technical Data Package (TDP) for this requirement.

Deadline: 12/27/2025
Posted: 1/31/2025
SolicitationNAICS: 326211.0

SPRTA1-25-R-0031 (NSN: 2915-01-148-5517)

Noun: Heater Servo, Servo Fuel NSN: 2915-01-148-55187 P/N; 301-779-502-0 BEQ: 15 each, min: 4 each, med: 15 each, max: 23 each

Deadline: 12/27/2025
Posted: 11/27/2024
SolicitationNAICS: 336412.0

Mid Range Capability (MRC) Production

This notification is published solely for informational reasons and does not constitute a proposal request. The ACC-RSA intends to acquire Mid Range Capability (MRC) units using a procurement method other than full and open competition in accordance with 10 U.S.C. 3204(a)(1) as implemented by FAR Part 6.302-1(a)(2)(ii)(A) and (B) — Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The U.S. Army has a need to obtain a fifth battery with potential for additional GSE for the MRC weapon system. The first four batteries were developed and produced by Lockheed Martin Corporation (LMC), Rotary and Mission Systems (RMS) CAGE code 02769, located at 199 BORTON LANDING RD, MOORESTOWN, NJ 08057. Federal Acquisition Regulation (FAR) 5.203(a) requires agencies to make public notice on SAM.gov at least 15 days before a proposed contract action the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302.

Deadline: 12/27/2025
Posted: 12/16/2024
PresolicitationNAICS: 336414.0

SPRTA1-26-R-0106 (NSN: 2840-01-448-7511)

Synopsis FD2030-25-01320 Estimated issue date 11/28/2025 and estimated closing/response date 12/28/2025. RFP #: SPRTA1-26-R-0106 PR#: FD2030-25-01320 Nomenclature/Noun: SUPPORT, TURBINE COM NSN: 2840-01-448-7511 PN: 4083681-01 Application (Engine or Aircraft): F-110 Acquisition Method Code (AMC): 1/C Description: Support-Turbine Duct and Vane Assembly Material: Nickel Alloy Quantity: FA Requirement LINE ITEM OOO1: 2 each LINE ITEM OOO2: 4 each LINE ITEM OOO3: 2 each LINE ITEM OOO4: 1 each LINE ITEM OOO5: 1 Lot LINE ITEM OOO6: 1 Lot All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. One or more of the items under this acquisition is subject to Free Trade Agreements. Based upon market research, the Government is not using the policies contained in Far Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirements at time of award, in accordance with FAR Clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Export Control does apply. The solicitation will be available for download on the release date from www.fedbizops.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Al Dacalio at (405) 739-8448 or email alson.dacalio@us.af.mil Note: Faxed solicitation requests can be submitted to DLA Aviation-AOBA, Tinker AFB, OK 73145, FAX NUMBER (405) 739-4237.

Deadline: 12/28/2025
Posted: 11/13/2025
PresolicitationNAICS: 336412.0

FCC HAZELTON FY25 Q4- BREAD

The Federal Bureau of Prisons, Federal Correctional Complex Hazelton, located in Bruceton Mills, West Virginia, intends to issue solicitation for the requirements of: QUARTERLY BREAD, NAICS Code 311812. This solicitation is unrestricted, FOB Destination with delivery dates of July 1, 2025 – September 30, 2025. Deliveries will be made to the Federal Correctional Complex Hazelton-Food Service Warehouse, 1640 Skyview Drive, Bruceton Mills, West Virginia 26525. The contract type is a firm-fixed price. The Government reserves the right upon award to make formal single, multiple awards or no awards. The Government will award to the responsible offeror(s) whose offer, conforming to the solicitation, which is considered to be most advantageous to the Government, with past performance and price considered. The solicitation will be made available on or about May 14, 2025, and will be posted to the General Services Administration’s Federal Business Opportunities website: https://beta.sam.gov/. All future information about this acquisition, including solicitation amendments, will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. The anticipated date for receipt of quotes is May 28, 2025, at 12:00 pm EST. A signed SF 1449, including vendor information, must be submitted to be considered a viable quote. Payment will be made using Electronic Funds Transfer (EFT). Each offer is required per 52.212-3 to complete their representations and certifications via the On-line Representations and Certifications Application (ORCA). Faith-Based and Community Based Organizations (AUG 2005) are included. The points of contact regarding this solicitation are: Charlie Hall, Contract Specialist and Andrea Burke, Contract Specialist, FCC Hazelton, 1640 Skyview Drive, Bruceton Mills, West Virginia 26525. E-mail contacts: Charlie cehall@bop.gov and Andrea ax2burke@bop.gov . Completed offers must be delivered via email to HAX-ProcurementProp-S@bop.gov. (backup email for bids is cehall@bop.gov ) A confirmation email will be sent when bids are received. Fax or mailed quotes will not be accepted. The anticipated award date is June 30, 2025 (subject to change).

Deadline: 12/28/2025
Posted: 5/14/2025
Combined Synopsis/SolicitationNAICS: 311812.0

B-21 LRS FUELS ADMIN/LAB AND REFUELER TRUCK YARD, DYESS AFB, TX

Please note this solicitation requires o?erors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). The NIST score is required before award. This announcement is a competitive, firm-fixed price, Small Business Design Bid Build contract, procured in accordance with FAR 15, Negotiated Procurement using “Best Value” trade-off process. The North American Industry Classification System code (NAICS) for this procurement is 236220 which has a small business size standard of $45.0 Million. The Product Service Code is Y1NA - Construction of Fuel Supply Facilities. The solication is anticipated to be issued on or about September 2024 and proposals due on or about October 2024. The estimated duration of the project is 549 calendar days from the notice to proceed. In accordance with DFARS Part 236, the construction magnitude is between $25,000,000 - $100,000,000. PROJECT SCOPE: Construct a new refueler truck yard for the 7th Logistics & Readiness Squadron Fuels flight at Dyess Air Force Base. Construction includes a refueler truck parking area with 9 inch reinforced concrete pavement, secondary containment, area lighting & pavement markings. Construct covered vehicle parking canopies within the refueler truck parking area with metal superstructure, standing seam metal roof & lighting. Construct secondary containment for R-11 refueler trucks consisting of trench drains, drain lines & a concrete containment basin. Construct a covered equipment storage building adjacent to the refueler truck parking area with concrete foundation, metal superstructure, metal roofing, metal wall covering & lighting. This storage building will not require plumbing, heating or cooling. Site improvements include a contractor controlled access & lay down area with gate to support construction activities for multiple projects. Supporting facilities to include all utilities, site improvements, stormwater drainage, access roadways, perimeter fencing, special foundations due to local expansive soils & other necessary work to support a complete & usable facility. Construct a new Logistics & Readiness Fuels Flight administrative & laboratory facility for the 7th Logistics & Readiness Squadron (LRS) at Dyess Air Force Base (DAFB) consisting of administrative space, command space, laboratory space, physical control capability & proximity to the refueler truck yard. Construction includes a single-story facility with reinforced concrete drilled pier foundation, load bearing masonry walls, prefinished metal wall panels, standing seam metal roof on light gauge steel framing & interior finishes. The facility also includes laboratory fixtures including grounding rails, sinks, cabinetry, water filtration, vented enclosure, dedicated heating & air conditioning, drainage, base wide fuel system control interface, electrical, secure communications, a backup generator per Air Force Instruction 32-1062, mass notification system, fire suppression & alarm system. Supporting facilities include all utilities, detention pond for storm drainage, site improvements, pavements, communications infrastructure, special foundation due to local expansive soil, site demolition & other supporting work necessary to make a complete & usable facility. Storm drainage includes an area for temporary water retention. The existing fuels administration laboratory facility, B4111, will be demolished by a separate project in the following fiscal year. The project must be compatible with applicable Department of Defense, Air Force & base design standards. In addition, local materials & construction techniques will be used where cost effective. Facilities to be designed as permanent construction in accordance with Department of Defense Unified Facilities Criteria 1-200-01, General Building Requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facility Criteria 4-010- 01. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://sam.gov/.After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/. The use of the website requires prior registration at https://sam.gov/. Plans and specifications will not be made available at https://sam.gov/ at issuance of solicitation. It is the Offerors responsibility to monitor the https://sam.gov/ web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award. Pursuit to FAR 36.211(b)(1) and (2), USACE accessible website, Partnering With Us, https://www.usace.army.mil/Business-With-Us/Parterning/ is provided which includes certain information regarding the agency’s definization of equitable adjustments for change orders under construction contracts. Access: A “SPRS Cyber Vendor User” role is required to enter Basic Assessment information. Step-by-step PIEE Access Instructions can be found here (copy and paste link into your browser) https://www.sprs.csd.disa.mil/pdf/SPRS_Access_Instructions.pdf This solicitation and receipt of all proposals will be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/ There are 10 general steps a vendor must follow in order to use PIEE application modules. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#s tep For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view https://sam.gov/ Website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://sam.gov/ website solicitation number W9126G24R0001.

Deadline: 12/28/2025
Posted: 11/20/2024
PresolicitationNAICS: 236220.0

Febuxostat National Contract

The Defense Logistics Agency is planning to issue a solicitation for a national requirements contract for Febuxostat. Procurement details follow. Febuxostat Tablets 40 MG and 80 MG in 30 count bottles. This will be an unrestricted and fully competitive acquisition. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. A contract resulting from this solicitation will establish a national supply source, in accordance with FAR 52.216-21 (Requirements), to provide the items listed in the schedule for purchase by Department of Defense, Department of Veterans Affairs, Indian Health Service and Bureau of Prisons customers through the DLA and VA prime vendor programs. The annual usage estimates will be provided in the Schedule of Supplies section of the solicitation. This is a commercial item and will be solicited using FAR part 12. All sources may submit a proposal which shall be considered by the agency. A copy of the solicitation will be posted to the DLA Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil and Beta Sam.Gov at https://beta.sam.gov/. Interested parties should contact Denise Taubman (denise.taubman@dla.mil) for any questions/comments. Interested parties are further advised to set up automated notifications of pre-solicitation or solicitation changes through this website. The current projected solicitation date is February 2021. DLA reserves the right to issue the solicitation before or after the projected solicitation date. The Defense Logistics Agency is planning to issue a solicitation for a national requirements contract for Febuxostat. Procurement details follow. Febuxostat Tablets 40 MG and 80 MG in 30 count bottles. This will be an unrestricted and fully competitive acquisition. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. A contract resulting from this solicitation will establish a national supply source, in accordance with FAR 52.216-21 (Requirements), to provide the items listed in the schedule for purchase by Department of Defense, Department of Veterans Affairs, Indian Health Service and Bureau of Prisons customers through the DLA and VA prime vendor programs. The annual usage estimates will be provided in the Schedule of Supplies section of the solicitation. This is a commercial item and will be solicited using FAR part 12. All sources may submit a proposal which shall be considered by the agency. A copy of the solicitation will be posted to the DLA Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil and Beta Sam.Gov at https://beta.sam.gov/. Interested parties should contact Denise Taubman (denise.taubman@dla.mil) for any questions/comments. Interested parties are further advised to set up automated notifications of pre-solicitation or solicitation changes through this website. The current projected solicitation date is February 2021. DLA reserves the right to issue the solicitation before or after the projected solicitation date.

Deadline: 12/28/2025
Posted: 12/29/2020
PresolicitationNAICS: 325412.0

Environmental Test and Integration Services (ETIS) IV Draft RFP

Amendment 6: The purpose of this amendment is to (1) provide the third batch of ETIS IV DRFP Questions and Answers (Q&A); and (2) provide an updated schedule to Industry which reflects the hold of the ETIS IV Final RFP. **************************************************************************************************************************************************** Amendment 5: The purpose of this amendment is to remove and delete all DEIA, and DRD information from this Draft Request for Proposal (DRFP) dated 9/3/2024, pursuant to the Executive Order 14035. See attached Amendment 5 (signed). **************************************************************************************************************************************************** Amendment 4: The purpose of this amendment is to provide the second batch of ETIS IV DRFP Questions and Answers (Q&A) and provide an updated schedule to Industry. **************************************************************************************************************************************************** Amendment 3: The purpose of this amendment is to provide the first batch of ETIS IV DRFP Questions and Answers (Q&A); update Attachment L, List of Government Furnished Property; update Attachment I, List of Installation-Accountable Government Property; and repost Exhibit 1A-1C. **************************************************************************************************************************************************** Amendment 2: The purpose of this amendment is to provide Attachment J - NG IBEW CBA REV 1 with unredacted rate information. **************************************************************************************************************************************************** Amendment 1: The purpose of this amendment is to provide an updated schedule to Industry. **************************************************************************************************************************************************** ETIS IV Draft RFP 80GSFC24R0012 and corresponding documents have been posted under attachments/links. Any comments or questions regarding the DRFP should be submitted electronically in writing, to Eboni Washington, Contracting Officer, at Eboni.N.Washington@nasa.gov, no later than September 18, 2024. Please note that we will be conducting an Industry Day on September 16, 2024. All industry day related forms are posted under Special Notice “Environmental Test and Integration Services (ETIS IV) – Industry Day.” Interested vendors are to submit all required registration document/information to the Government by 12pm (ET) on Monday, September 9, 2024.

Deadline: 12/28/2025
Posted: 5/1/2025
SolicitationNAICS: 541330.0

Environmental Test and Integration Services (ETIS) IV Draft RFP

Amendment 5: The purpose of this amendment is to remove and delete all DEIA, and DRD information from this Draft Request for Proposal (DRFP) dated 9/3/2024, pursuant to the Executive Order 14035. See attached Amendment 5 (signed). **************************************************************************************************************************************************** Amendment 4: The purpose of this amendment is to provide the second batch of ETIS IV DRFP Questions and Answers (Q&A) and provide an updated schedule to Industry. **************************************************************************************************************************************************** Amendment 3: The purpose of this amendment is to provide the first batch of ETIS IV DRFP Questions and Answers (Q&A); update Attachment L, List of Government Furnished Property; update Attachment I, List of Installation-Accountable Government Property; and repost Exhibit 1A-1C. **************************************************************************************************************************************************** Amendment 2: The purpose of this amendment is to provide Attachment J - NG IBEW CBA REV 1 with unredacted rate information. **************************************************************************************************************************************************** Amendment 1: The purpose of this amendment is to provide an updated schedule to Industry. **************************************************************************************************************************************************** ETIS IV Draft RFP 80GSFC24R0012 and corresponding documents have been posted under attachments/links. Any comments or questions regarding the DRFP should be submitted electronically in writing, to Eboni Washington, Contracting Officer, at Eboni.N.Washington@nasa.gov, no later than September 18, 2024. Please note that we will be conducting an Industry Day on September 16, 2024. All industry day related forms are posted under Special Notice “Environmental Test and Integration Services (ETIS IV) – Industry Day.” Interested vendors are to submit all required registration document/information to the Government by 12pm (ET) on Monday, September 9, 2024.

Deadline: 12/28/2025
Posted: 5/1/2025
SolicitationNAICS: 541330.0

Environmental Test and Integration Services (ETIS) IV Draft RFP

Amendment 7: The purpose of this amendment is to provide the fourth and final batch of ETIS IV DRFP Questions and Answers (Q&A). **************************************************************************************************************************************************** Amendment 6: The purpose of this amendment is to (1) provide the third batch of ETIS IV DRFP Questions and Answers (Q&A); and (2) provide an updated schedule to Industry which reflects the hold of the ETIS IV Final RFP. **************************************************************************************************************************************************** Amendment 5: The purpose of this amendment is to remove and delete all DEIA, and DRD information from this Draft Request for Proposal (DRFP) dated 9/3/2024, pursuant to the Executive Order 14035. See attached Amendment 5 (signed). **************************************************************************************************************************************************** Amendment 4: The purpose of this amendment is to provide the second batch of ETIS IV DRFP Questions and Answers (Q&A) and provide an updated schedule to Industry. **************************************************************************************************************************************************** Amendment 3: The purpose of this amendment is to provide the first batch of ETIS IV DRFP Questions and Answers (Q&A); update Attachment L, List of Government Furnished Property; update Attachment I, List of Installation-Accountable Government Property; and repost Exhibit 1A-1C. **************************************************************************************************************************************************** Amendment 2: The purpose of this amendment is to provide Attachment J - NG IBEW CBA REV 1 with unredacted rate information. **************************************************************************************************************************************************** Amendment 1: The purpose of this amendment is to provide an updated schedule to Industry. **************************************************************************************************************************************************** ETIS IV Draft RFP 80GSFC24R0012 and corresponding documents have been posted under attachments/links. Any comments or questions regarding the DRFP should be submitted electronically in writing, to Eboni Washington, Contracting Officer, at Eboni.N.Washington@nasa.gov, no later than September 18, 2024. Please note that we will be conducting an Industry Day on September 16, 2024. All industry day related forms are posted under Special Notice “Environmental Test and Integration Services (ETIS IV) – Industry Day.” Interested vendors are to submit all required registration document/information to the Government by 12pm (ET) on Monday, September 9, 2024.

Deadline: 12/28/2025
Posted: 7/9/2025
SolicitationNAICS: 541330.0

61--CABLE ASSEMBLY,SPEC

NSN 1H-6150-015433620-D4, TDP VER 011, QTY 10 EA, DELIVER TO N50286, PORTSMOUTH NAVAL SHIPYARD L1SS, KITTERY, ME 03904. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.

Deadline: 12/29/2025
Posted: 10/30/2025
Presolicitation

61--CABLE ASSEMBLY,SPEC

NSN 1H-6150-012711468-D4, TDP VER 008, QTY 7 EA, DELIVER TO N50286, PORTSMOUTH NAVAL SHIPYARD L1SS, KITTERY, ME 03904. The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-Aside Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.

Deadline: 12/29/2025
Posted: 10/29/2025
Presolicitation

66--TEST KIT, LP

NSN 7H-6625-017076348-X5, TDP VER 001, QTY 2 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002, DELIVER TO W62G2T, W1A8 DLA DIST SAN JOAQUIN, TRACY, CA 95304-5000. The rights to use the data needed to purchase/repair this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The rights to use the data needed to purchase/repair this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

Deadline: 12/29/2025
Posted: 11/18/2025
Presolicitation

66--PIPET,MEASURING

NSN 1H-6640-015053014-X3, TDP VER 010, QTY 131 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002, DELIVER TO W62G2T, W1A8 DLA DIST SAN JOAQUIN, TRACY, CA 95304-5000. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.

Deadline: 12/29/2025
Posted: 11/18/2025
Presolicitation

99--WEIGHT,PLUG

NSN 1R-9999-LLHPGJ389-V2, REF NR 901-011-211-107, QTY 1 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights,manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in thesolicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 12/29/2025
Posted: 11/15/2025
Presolicitation

16--INSULATION BLANKET

NSN 1R-1660-LLHPAW530-V2, REF NR 901-369-211-121, QTY 1 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights,manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in thesolicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 12/29/2025
Posted: 11/15/2025
Presolicitation

16--LEADING EDGE

NSN 1R-1680-016241425-V2, IAW REF NR 901-370-375-101, QTY 3 EA, DELIVERY FOB ORIGIN. This solicitation will be using competitive procedures for new manufacture spare parts.//This requirement will be awarded to the offeror based on the following evaluation criteria. Offers submitted will be evaluated based on the following criteria: lead time, price, past performance and capacity. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as e-mail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to issue contractual documents as detailed herein. This part must be acquired from/repaired by a source(s)specified on a source control or selected item drawing as defined by thecurrent version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing/repair knowledge are not available to permit acquisition from/repair by other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in thesolicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

61--MOTOR,ALTERNATING C

NSN 7R-6105-016675678-EY, REF NR 801633-559 GROUP 2, QTY 16 EA, DELIVERY FOB ORIGIN. This part must be acquired from/repaired by a source(s)specified on a source control or selected item drawing as defined by thecurrent version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing/repair knowledge are not available to permit acquisition from/repair by other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.The proposed contract action is for supplies or services for which theGovernment intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.Based upon market research, the Government is not using the policies containedin FAR Part 12, Acquisition of Commercial Items, in its solicitation for thedescribed supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. NO DRAWINGS ARE AVAILABLE FOR THIS REQUEST

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

17--BRAKE SERVO,LANDING

NSN 7R-1710-016657072-EY, REF NR 3890AS000118-01, QTY 2 EA, DELIVERY FOB ORIGIN. The Government physically does not have in its possession sufficient, accurate, or legible data to purchase this part/contract repair from other than the current source(s). Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094.The proposed contract action is for supplies or services for which theGovernment intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.Based upon market research, the Government is not using the policies containedin FAR Part 12, Acquisition of Commercial Items, in its solicitation for thedescribed supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice. NO DRAWINGS ARE AVAILABLE FOR THIS REQUEST.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

70--MEMORY UNIT,DATA ST, IN REPAIR/MODIFICATION OF

NSN 0R-7025-017091872-P8, REF NR 97-2727-000 REV C, QTY 2 EA, DELIVERY FOB ORIGIN. NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to solicit on a sole source basis with General Micro Systems INC (0A8J6) for the purchase of a Repair. QTY: 1, Spare of NSN 7RH 7025 017091872, P/N 97-2727-000 REV C, MEMORY UNIT,DATA ST. There are no drawings/data available. This source is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support of the above repair part. The Government does not own the data or the rights to the data needed to purchase this part from additional sources. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Source Approval Statement applies to this NSN.The approved sources for this material are listed above and it is expected that award will be made to this firm. Any firm which is not already approved to manufacture this material must submit a Source Approval Request, SAR. This procurement will not be delayed to wait for a SAR approval. NAICS CODE: 334112 FSC: 7025 The Government intends to acquire these supplies using the provisions, clauses and procedures prescribed in FAR Part 15. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA)) after date of publication of this of this synopsis will be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to condu ct a competitive procurement. Electronic procedures will be used for this solicitation. RFP/Solicitation will be posted to NECO. No telephone requests will be honored and no hard copies will be mailed out. Anticipated award date is January 2026. Interested organizations may submit their capabilities and qualifications to perform the effort by email at micahel.j.brown1069.cvi@us.navy.mil.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

58--PROCESSOR,SIGNAL DA

NSN 0R-5895-017091273-P8, REF NR 282423-04, QTY 4 EA, DELIVERY FOB ORIGIN. The design of this part is unstable. Engineering, manufacturing, or performance characteristics indicate that the required design objectives have not been achieved. Major changes are contemplated because the part has a low process yield or has demonstrated marginal performance during tests or service use. These changes will render the present part obsolete and unusable in its present configuration. Limited acquisition/repair from the present source is anticipated pending configuration changes. Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

16--REGULATOR,AIR PRESS, IN REPAIR/MODIFICATION OF

NSN 7R-1660-014833094-KB, TDP VER 002, QTY 26 EA, DELIVERY FOB ORIGIN. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

48--VALVE,BUTTERFLY, IN REPAIR/MODIFICATION OF

NSN 7R-4810-014707884-KB, TDP VER 003, QTY 25 EA, DELIVERY FOB ORIGIN. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF

NSN 7R-5998-015304069-V2, TDP VER 001, QTY 81 EA, DELIVERY FOB ORIGIN. The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the Government for this item have been solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in one of the NAVSUP Weapon Systems Support (NAVSUP WSS) Source Approval Information Brochures listed below. Spares: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Sup port/Business-Opps/ Repair: https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP -Weapon-Systems-Support/Business-Opps/ technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. If your request for source approval is currently being evaluated at NAVSUP WSS submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVSUP WSS Commercial Item Identification Brochure is now available at: "https://www.navsup.navy.mil/NAVSUP-Enterprise/NAVSUP-Weapon-Systems-Support/Bus iness-Opps/" Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.

Deadline: 12/29/2025
Posted: 11/14/2025
Presolicitation

66--INDICATOR,LIQUID QU, IN REPAIR/MODIFICATION OF

NSN 7H-6680-014169431-GL, TDP VER 005, QTY 28 EA, DELIVERY FOB ORIGIN. This notice of intent is not a request for competitive quotes and the proposed/contract action is for supplies or services for which the Government intends to negotiate with only one sourece. Interested persons may identify their interest and capability to respond to the requirement or submit quotes. Quotes received prior to the award date will be considered by the Government.A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. ALL FIRMS SHOULD INCLUDE THEIR CAGE CODE ON SOLICITATION REQUESTS. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-2667 or 215-697-2179(DSN: 442-2667), or mail their requestDLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.

Deadline: 12/29/2025
Posted: 11/13/2025
Presolicitation

Z1DA--Replace Parking Garage Sprinkler System 583-24-525

The Contractor shall demolish and replace overhead dry fire sprinkler piping and dry standpipe piping and associated components within the underground patient parking garage as detailed in the Technical Requirements section, project bid drawings and documents, and VHA Master Construction Specifications. The Contractor shall demolish and replace system piping and components including header, risers, DPV s, trim, fittings, hangers, sprinklers, and all other associated components according to the project drawings. Project workflow shall use the detailed anticipated sequence noted in the drawings as a baseline for completion. Completion of this project will replace sections of fire suppression system piping currently failing due to excessive corrosion and will result in an updated system meeting current edition NFPA standards.

Deadline: 12/29/2025
Posted: 11/18/2025
SolicitationNAICS: 238220.0

48 - VALVE, CONTROL 5-BA - SPE7MC25R0020

1. ACTION CODE: P = Presolicitation 2. PRODUCT SERVICE CODE: 4820 3. NAICS CODE: 332911 4. TITLE: VALVE, CONTROL 5-BA 5. RESPONSE DATE: 29 DEC 2025 6. PRIMARY POINT OF CONTACT: Richard Shemenski, Richard.Shemenski@dla.mil 7. SECONDARY POINT OF CONTACT: 8. SOLICITATION NUMBER: SPE7MC25R0020 9. PLACE OF PERFORMANCE: This contract is subject to the Service Contract Act and the place of performance is unknown at this time. DESCRIPTION: VALVE, CONTROL 5-BA (1) National Stock Number (NSN): 4820015595983 (2) Specification on qualification requirement in order to be eligible for award (see subpart 9.2). (3) Manufacturer’s Code and Part Number. Specifications, plans or drawings are not available: This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved source is: GROVE U.S. LLC (12361) P/N 7-926-100586 (4) Quantity, including any options for additional quantities: 99 (5) Unit of issue: EA (6) Destination information: Inspection and acceptance at destination. FOB Origin (Under First Destination Transportation). (7) Delivery schedule: 225 Days ARO All responsible sources may submit an offer/quote which shall be considered. The solicitation will be available in DIBBS on its issue date on or after 25 NOV 2025 This solicitation will be available on the Internet at https://www.dibbs.bsm.dla.mil/ . Due to system constraints, it may take as long as three business days from the stated issue date for the solicitation to post to DIBBS. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Various Increments Solicited: FROM: 90 TO: 109 FROM: 110 TO: 129 FROM: 130 TO: 150

Deadline: 12/29/2025
Posted: 11/7/2025
PresolicitationNAICS: 332911.0

USNS PATUXENT (T-AO 201) FY26 MTA

USNS PATUXENT FY26 Mid-Term Availability (MTA)

Deadline: 12/29/2025
Posted: 11/6/2025
SolicitationNAICS: 336611.0

BIA Exclusive Use Amphibious Single Engine Scooper

Exclusive Use Amphibious Single Engine Scooper Flight Services in Support of the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota

Deadline: 12/29/2025
Posted: 11/18/2025
SolicitationNAICS: 115310.0

F--Exclusive Use Amphibious Single Engine Scooper Flight Services in Support of th

Exclusive Use Amphibious Single Engine Scooper Flight Services in Support of the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota

Deadline: 12/29/2025
Posted: 11/17/2025
PresolicitationNAICS: 115310.0

NSN 1670-012363820, CANOPY,EJECTION SEA, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC-

CANOPY,EJECTION SEA PR 7013240621is FOB Origin, I/A Origin. NSN 1670-012363820 is a CANOPY,EJECTION SEA. This solicitation is for a quantity of 185 each. Solicitation is being solicited as unrestricted, other than full and open. There are four approved sources of supply: FXC CORPORATION - CAGE 56600 / AIRBORNE SYSTEMS NORTH AMERICAN OF CA INC - CAGE 05QR4 / FXC CORPORATION - CAGE 52497 / MILLS MANUFACTURING CORPORATION - CAGE 02693. The required delivery is 921 days ARO. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. A copy of the solicitation will be available via the DIBBS Website https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. From the DIBBS Homepage, select “Requests for Proposal ( RFP ) / Invitation For Bid (IFB)” from the menu under the tab “Solicitations.” Then search for and choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at: http://www.adobe.com. A paper copy of this solicitation will not be available to requestors.

Deadline: 12/29/2025
Posted: 11/12/2025
PresolicitationNAICS: 336413.0

POWER SUPPLY

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT||TBD|SPRMM1|TBD|TBD|TBD|TBD|TBD|TBD|TBD|||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|X|X|X|||X|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. All contractual documents (i.e. contracts, purchase orders,task orders, Delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 2. Drawings or technical data are not available for this item. 3. Delivery days_________aro. 4. Offer valid for _____ days. 5. When submitting quotes via EDI, make sure you specify any exceptions (i.e. Mil specs/standards, packaging, I&A, packaging houses etc) or follow up with a hardcopy of the exceptions. If nothing is indicated or received, award will be based upon solicitation requirements. Changes or requests for changes after award will have consideration costs deducted on modifications. 6. If you are not the manufacturer of the material you are offering, you must state who the OEM is (cage code) and the part number you are offering. 7. Please provide an email address for follow up communications. ____________________________________________________________ 8. It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by DLA Maritime Mechanicsburg and posted on EDA. To receive these notifications, contact: NAVSUPWSS code 025, procurement systems design and contract support division Via email at NAVSUPWSSITIMPHelpdesk@navy.mil. Please include the following information with your request: CAGE code, company name, address and POC with phone number and email address. 9. Contractors can view their orders, contracts and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Procurement Integrated Enterprise Environment (PIEE) website. It is recommended that the contractor register for EDA at https://piee.eb.mil/. Click on new user and registration. Any order resulting from this Request for Quotation will require electronic submittal of Receiving Report and Invoices through PIEE-WAWF. 10. The following DLA Procurement Notes are applicable to this requirement: E06 Inspection and Acceptance at Source (JUN 2018) INSPECTION OF MATERIAL WILL BE AT (CAGE & ADDRESS): ______________________________________________________________ INSPECTION OF PACKAGING AND FINAL ACCEPTANCE OF MATERIAL WILL BE AT (CAGE & ADDRESS): ______________________________________________________________ UCF SECTION F PRODUCTION FACILITY CHANGES (a) The performance of any of the work contracted for in any place other than that named in the contract is prohibited unless specifically approved by the Contracting Officer. Written requests for a change in production facilities must be submitted in writing to the Contracting Officer. Changes in production facilities may be approved, provided: (1) Performance by small business or in labor surplus areas as required by the contract will not be changed; (2) The change will not cause a delay in delivery or necessitate a change in the purchase description; (3) The free on board (f.o.b.) point is not changed; and (4) Each request is supported by a price reduction of $250.00 to cover the Government's administrative costs to process the change. (b) The Government reserves the right to deny approval even if these four elements are met. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the POWER SUPPLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The POWER SUPPLY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;12868 94079-7; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall 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 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.

Deadline: 12/29/2025
Posted: 10/30/2025
SolicitationNAICS: 335931.0

61--CABLE ASSEMBLY,SPEC

CONTACT INFORMATION|4|N743.43|WWJ|N/A|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||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10|1|0001|30|390||TDB|0001|30|1|| 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 2025)|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| 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) FAT REPORT 180 DAYS AFTER APPROVAL OF PR LT APPROVAL OF FAT REPORT 60 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 ASSEMBLY,SPEC; 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=5486641 |53711| K| |D|0001 | K|00000|0000000 DRAWING DATA=5486641 |57311| K| |D|0001 | G|00000|0000000 DRAWING DATA=5486641 |57311| K| |D|0001.A | H|00000|0000000 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-DTL-915 |0006| |K |020822|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-DTL-24231 |0004| |E |240513|A|1 | | 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 ;The Cable Assembly must be manufactured in accordance with NAVSEA Drawing 5486641 P/N 5486641-027, except as amplified or modified herein.; 3.2 ;Insulation must be in accordance with MIL-DTL-915/6, ERP (Ethylene Propylene Rubber) in lieu of MIL-C-915/6, Butyl or SBR.; 3.3 ;On drawing 5486641, Detail "O", item 2, modification referred to by THOF-9 (MOD) and by MIL-DTL-915/6(MOD) is given in CSD017.; 3.4 ;General Note 13 of drawing 5486641 does not apply.; 3.5 ;Marker Tags must be manufactured per MIL-DTL-15024 Type B Style IV Cres 304 and self-clinching adjustable strap ties per SAE AS 23190 Type 2 Class 1. Capital letters must be used on cable tags. The height of all letters and numbers must not be less than 3/16-inch. Letters and numbers must be engraved not less 0.008-inch deep and tag thickness must not be less than 0.03-inch. Label plate dimensions must be per Figure 1 in CSD016. Cable tags must be as shown in the Label Plate Engraving Chart CSD016 for both the Hanger Power and Hyper Chmbr Pwr. Two Tag "B"s must be provided for both Hanger Power and Hyper Chmbr Pwr. Four Tag "A" cable label plate tags for both the Hanger Power and Hyper Chmbr Pwr are required to be provided with each cable. Two tags "A" for both the Hanger Power and Hyper Chmbr Pwr per the Cable Label Plate Engraving Chart as outlined in CSD016. The cable label plate tags must be included but not attached to the cable.; 3.5.1 ;The "procurement date" referred to in CSD016 must be the contract award date.; 3.6 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD016 and CSD017; in ECDS at https://register.nslc.navy.mil/ 3.7 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/ 3.7.1 The approved vendor utilized for this contract, if other than the prime manufacturer, must be identified on the Special Emphasis C of C. 3.8 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/ 3.8.1 The approved vendor utilized for this contract, if other than the prime manufacturer, must be identified on the Special Emphasis C of C. 3.9 Quality Conformance Tests - 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) The hydrostatic pressure test must be per SS800-AG-MAN-010/P-9290 Appendix M and MIL-DTL-24231 at ;1000; +5%/-0% PSI for both the three cycle test and 2 hour test. B) The Insulation resistance check must be per SS800-AG-MAN-010/P-9290 Appendix M and MIL-DTL-24231. C) A dielectric test is required per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 Electrical Testing and MIL-DTL-24231 at ;1250; V AC. 3.10 First Article Test (Contractor): One complete Cable assembly must be subjected to First Article Tests per MIL-DTL-24231 type 1 and the following: A) The hydrostatic pressure test must be per SS800-AG-MAN-010/P-9290 Appendix M and MIL-DTL-24231 at ;1000; PSI. B) The Insulation resistance check must be per SS800-AG-MAN-010/P-9290 Appendix M and MIL-DTL-24231. C) A dielectric test is required per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 Electrical Testing and MIL-DTL-24231 at ;1250; V AC. 3.11 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. 3.12 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. 3.13 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. 3.13.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.14 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 ^ 3.15 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/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 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. 3.15.4 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 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. 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/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." 3.18 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 DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.19.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.20 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. 3.20.1 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. 3.20.2 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. 3.21 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 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. 3.21.3 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. 3.22 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. 3.22.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.23 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; . 3.24 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. 3.25 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: 3.25.1 Direct reading of O-ring surface diameters with specified standard. 3.26 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). 3.27 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. 3.27.1 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. 3.27.2 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...

Deadline: 12/29/2025
Posted: 10/30/2025
SolicitationNAICS: 335311.0

61--CABLE ASSEMBLY,SPEC

CONTACT INFORMATION|4|N743.43|WWJ|N/A|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 2025)|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| 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) 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 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=CPG1027-1 |96169| F| |D|000.A | F|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|000.B | F|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|000.C | F|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0001 | F|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0002 | E|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0003 | B|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0004 | F|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0005 | F|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0006 | F|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0007 | E|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0008 | C|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0009 | E|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0010 | F|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0011 | F|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0012 | E|00000|0000000 DRAWING DATA=CPG1027-1 |96169| F| |D|0013 | F|00000|0000000 DRAWING DATA=5486641 |53711| K| |D|0001 | K|00000|0000000 DRAWING DATA=5486641 |57311| K| |D|0001.A | H|00000|0000000 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| 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-DTL-24231 |0004| |E |240513|A|1 | | DOCUMENT REF DATA=MIL-DTL-24231 |0029| |A |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 ;The Cable Assembly must be manufactured in accordance with NAVSEA Drawing 5486641 P/N 5486641-0019 and CSD313 (Redline Drawing 302-5486641 Rev K), except as amplified or modified herein.; 3.2 ;General Note 13 of drawing 5486641 does not apply.; 3.3 ;Drawing 7329665 does not apply.; 3.4 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/ 3.5 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 Quality Conformance Tests - 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) The hydrostatic pressure test must be per SS800-AG-MAN-010/P-9290 Appendix M and MIL-DTL-24231 at ;135; +5%/-0% PSI for both the three cycle test and 2 hour test. B) The Insulation resistance check must be per SS800-AG-MAN-010/P-9290 Appendix M and MIL-DTL-24231. C) A dielectric test is required per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 Electrical Testing and MIL-DTL-24231 at ;1250; V AC. 3.8 First Article Test (Contractor): One complete Cable assembly must be subjected to First Article Tests per MIL-DTL-24231 type 1 and the following: A) The hydrostatic pressure test must be per SS800-AG-MAN-010/P-9290 Appendix M and MIL-DTL-24231 at ;135; PSI. B) The Insulation resistance check must be per SS800-AG-MAN-010/P-9290 Appendix M and MIL-DTL-24231. C) A dielectric test is required per SS800-AG-MAN-010/P-9290 paragraph 3.6.3.5 Electrical Testing and MIL-DTL-24231 at ;1250; V AC. 3.9 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. 3.10 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 a...

Deadline: 12/29/2025
Posted: 10/30/2025
SolicitationNAICS: 335311.0

INERTIAL NAVIGATION

CONTACT INFORMATION|4|N721.29|GC1|215-697-3473|LARA.L.SZOTT.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO||TBD|N00383|TBD|TBD|SEE SCHEDULE|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|365 DAYS AFTER DELIVERY OF UNIT|45 DAYS AFTER THE DEFECT WAS FOUND||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|334511|1350||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| This amendment hereby extends the quotes due by date to 29 DEC 2025. Please submit quote via email to LARA.L.SZOTT.CIV@US.NAVY.MIL by the due date specified on page 1, block 10. Required RTAT: 25 days after receipt of asset. Repair Turnaround Time (RTAT) definition: The contractual delivery requirement is measured from asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system.In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in the subsequent contract. Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences X/month (contractor fill in #). A throughput of ##____ per month reflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS, DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARE CONSIDERED TO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FACSIMILE, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. Early and incremental deliveries accepted and preferred. This RFQ is for repair. This RFQ is in accordance with FAR part 15. \ 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 1.2 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document. 1.3 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.4 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.5 If MIL-STD-454 is referenced in the drawings or in the specification,the contractor is expected to show compliance with IPC/EIAJ-STD-001C Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by IPC/EIAJ-STD-001C paragraph 5.1.4. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS The contractor shall maintain a quality control system which meets the requirements of Mil-I-45208A, Mil-Q 9858,ISO-9000 / 9001 / 9002 or equivalent. RESPONSIBILITY FOR INSPECTION: Unless otherwise specified, the contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified, the contractor may use his own or any other facility suitable for the performance of the inspection requirements specified herein. PROCEDURES:The contractor shall prepare and maintain Quality Control Documentation, test and repair procedures, and inspection procedures which shall be made available to the Government for review and approval. The procedures shall include sequential diagrams of the test, repair, and inspection process, as well as the performance spcifications to perform the procedures. QUALITY ASSURANCE PROGRAM PLAN: The contractor shall develop, implement and maintain a Repair Quality Plan in compliance with the requirements of Mil-I-45208A, Mil-Q-9858, ISO,9000 / 9001 / 9002, or equvalent.The plan shall define the specific methods by which compliance with contractual requirements will be assured. All quality assurance data shall be provided to the Government for review and approval upon request. PURCHASED MATERIAL CONTROL: The contractor shall establish and maintain a system of control over purchased material which shall assure that the necessary requirements of this contract are included. in all sub contract agreements. A parts control system shall establish a record of performance for each purchased and internally manufactured part and shall be used to evaluate continued use of the source. The contractors control system shall be in compliance wil either Mil-I 45208A/Mil-Q-9858 or equivalent Quality Quality Assurance Standared.(ISO/AS:9000, 9001, 9002). RECEIVING INSPECTION OF PURCHASED MATERIAL: Purchased items shall be inspected upon receipt at the contractors facility to assure conformance with all requirements of the Technical Data Package (TDP). Evidence of such inspections shall be maintained for Government review at least twelve (12) months following acceptance of the end item. Inspection reports shall be maintained by the contractor. The inspection report shall, at a minimum, include a record of all dimensional data (coordinate/positional), material, finish, and process with appropriate pass/fail criteria, such ascertifications, and actual dimensional readings. FAILURE ANALYSIS AND CORRECTIVE ACTION:All failure analysis and corrective action reports/plans shall be submitted to the Government. NONCONFORMING MATERIAL:The contractor shall establish an effective system for controlling nonconforming material including procedures for identification, segregation, and disposition. CONTRACTOR INTERNAL REVIEW BOARD (IRB):IRB authority is delegated to the contractor for this contract only. The IRB may be used only for disposition of materials exhibiting minor non-conformances, scrap or rework to return a part to conformance with drawings or specifications as authorized by the approved repair procedures.IRB shall not use "AS-IS" disposition. A complete file of IRB actions shall be maintained for review by the Government for concurrance of classification. MATERIAL REVIEW BOARD (MRB):Formal MRB authority for disposition of "AS-IS"and for minor non-conformances is retained by the Government. The contractor shall submit the appropriate request for Variance via the DCMC to the NAVSUP Contracting Officer. RESPONSIBILITY FOR COMPLIANCE: All items must meet all requirements of this Statement of Work. The inspection requirements set forth in this SOW shall become part of the contractors overall inspection system or quality program. The absence of any inspection requirements in the SOW shall not relieve the contractor of the responsibility of assuring that all Government equipment submitted for acceptance comply with all requirements. Sampling in quality conformance does not authorize submission of known defective items, either indicated or actual, nor does it commit the procuring activity to acceptance of any defective items. REPAIR ASSESSMENT TESTING: The Government may select samples of the Contract Line Items (CLINS) which have completed repair and have been accepted by the Government representative for the purpose of conducting performance testing, environmental testing, and quality conformance examination in a repair assessment test program. A quantity of CLIN's may be randomly selected from each quaterly repair production completion for shipment to the CFA or other Government designated location to conduct this testing. RECORDS OF DATA COLLECTION: The contractor shall maintain a historical record file to contain copies of applicable data and documents for individual CLIN's and assemblies by CLIN serial number. The historical record file shall include,but not be limited to the following types of historical records: Receipt inspection documentation. Repair shop travelers or repair cards. Parts replacement records. Parts inspection data before and after repair as applicable. Acceptance test data. QA personnel shall maintain a complete receipt inspection,test, repair re-test, history card for each item processed. This information shall be made available to the Government upon request. 3.1 1.0 GENERAL 3.1.1 This Statement of Work (SOW) establishes the criteria for repair and testing /inspection of the subject item. It includes inspection, component repair and replacement,reassembly and testing procedures required to return units back into a servicable condition. 3.2 2.0 DEFINITIONS. 3.2.1 CONTRACTOR: Is defined as the successful offeror awarded a contract, orderor issued a project work order. The term "contract" encompasses a contract, an order, or a project work order. 3.2.2 OVERHAUL: An overhauled part is one which has been disassembled, cleaned, inspected, repaired as necessary (by replacing or repairing all components which have been found to exceed limits established by the repair/overhaul manual) reassembled and tested in accordance with the approved repair/overhaul manual listed in this SOW and returned to a Ready for Issue (RFI) condition (Refer to contract schedule for items to be overhauled). 3.2.3 REPAIR: A repaired part is one which has been restored to a Ready for Issue(RFI) condition (by replacing or repairing those components found to be defective, broken, damaged or inoperative during the initial evaluation and troubleshooting phase) and tested in accordance with the approved repair/overhaul manual listed in this SOW (Refer to contract schedule for items to be repaired). 3.3 3.0 SCOPE 3.3.1 GENERAL. The items to be furnished hereunder shall be overhauled, upgraded,repaired, tested, inspected, and accepted in accordance with the terms and conditions specified in this contract. Unless expressly provided Government Furnished Property, including equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, special test equipment, or any other manufacturing aid required for the repair, manufacture, and/or testing of the subject item(s) will not be provided by the Government and shall be the responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing, manual, or specification for the contract items. 3.3.2 REPAIR UPGRADE REQUIREMENTS:The contractor shall provide the necessary facility, labor, materials, parts, and test and tooling equipment required to to return the following items to a Ready For Issue (RFI) condition: INERTIAL NAVIGATION ;34200550-004; P/N, ;7R 6605-01-619-3381; NSN, ;N/A; Tech Publications 3.3.3 RFI is defined as that condition allowing the items to perform properly and reliably in an operational environment in a manner they were intended to operate.The contractor must perform all repairs/upgrades at the facility identified within this SOW. Repairs performed by the contractor or subcontractor shall be performed in accordance with the specified drawings and repair manual(s). 3.4 Changes to such manuals used for repairs under this contract, or changes to drawings or specifications used in the manufacture of parts utilized in these repairs, require Procuring Contracting Officer (PCO) approval in accordance with the Configuration Management provisions of this Statement of Work or contract. Under no circumstances should the repair, test, and inspection extend beyond the requirements of this paragraph unless authorized by the Government QAR.In addition, requests for approval of changes to a repair source or repair facility shall be submitted in writing to the PCO prior to making any such change. 3.4.1 Any repairs performed using unapproved changes to such manuals, drawings, specifications, or changes to repair source or facility are done at the contractor's own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved manuals,drawing, specification, repair source or repair facility change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Government's disapproval of a requested change to manuals, drawings, specifications, or to a repair source or facility. 3.4.2 References on Drawings and Specifications:For repair and overhaul purposes only. All references to the "prime contractor" or the "actual manufacturer" appearing on the drawings and / or specifications or technical data furnished by the Government shall be read as the "Government Designated Agency" 3.4.3 Process Control Documentation: The contractor shall prepare and maintain repair procedures, and test / inspection information / procedures which shall be made available to the Government for review and approval. The procedures shall include sequential diagrams of processes, as well as the performance specifications to perform the testing / inspection procedures. Those processes shall be frozen after approval of the inspection / Test. 3.4.4 Beyond Economical Repair (BER). An item is BER if the cost of the repair exceeds 75% of the production quantity price to replace the item, current at time of award. This replacement price is for the purposes of BER determinations only, and may not be used or relied on by the offeror in the pricing of the repairs required by this contract. Items determined BER are not included in the contract price. The contractor shall obtain written concurrence from DCMA for all units determined by the contractor to be BER. All such determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence shall be provided by the contractor to the PCO, with a copy to the inventory manager. After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. The contractor is not authorized to proceed with the repair until notification to proceed is received from the PCO. Any disposal ordered shall be performed by the contractor in accordance with all applicable regulations and in accordance with all DCMA disposal procedures and requirements. 3.4.5 Missing on Induction (MOI). A Weapons Repairable Assembly (WRA) is subject to this MOI provision if the item received by the contractor for repair is missing one or more Shop Replaceable Assemblies (SRAs). Contractor replacement of MOI SRAs is not included in the contract price. The contractor shall immediately notify DCMA when an item is received with MOI SRA(s) and shall obtain written verification from DCMA for all WRAs determined to have MOI SRA(s). The contractor shall provide all such determinations, including identification of the missing SRA(s), and the DCMA written verification, to the Inventory Manager with a copy to the PCO and ACO prior to induction and/or repair of the WRA. The contractor shall not induct and/or repair WRAs with MOI SRAs until instructions on how to proceed are provided to the contractor by the Inventory Manager (where no adjustment price to the contract is required) or by the PCO. Items received by the contractor missing consumable parts are not MOI items. Rather, repair of such items and replacement of the missing consumable parts are included in the contract price and the item shall be inducted and repaired by the contractor under this contract. 3.4.6 Replacing Failed or Missing Shop Replaceable Assembly (SRA) when repairinga Weapons Replaceable Assembly (WRA). 3.4.7 A. When the contractor believes one or more SRA(s) within a WRA are either: 3.4.8 Beyond Economic Repair (BER) or Beyond Repair (BR) i. e. the unit is not capable of being repaired because of the extent of physical damage), or Missing on Induction (MOI), the contractor shall obtain written verification from DCMA and advice from the Inventory Manager whether a SRA may be replaced by one or more of the following options: Ship in place from an existing spares or repair contract, if any, MILSTRIP the SRA(s), otherwise be provided direction for obtaining the SRA(s) at no cost to the contractor.The detailed procedures are set forth in Section 6.0 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK. 3.4.9 B.When not otherwise provided for (or precluded) by other terms of this contract, the contractor may seek written authorization to replace failed SRA(s) with Ready For Issue SRA(s). When authorized, the procedures set forth in paragraph 3.0 of Section 6.2 of the WEB-BASED COMMERCIAL ASSET VISIBILITY (CAV) STATEMENT OF WORK shall be followed. 3.4.10 Over and Above Repair (OAR). An item sent to the contractor shall be considered to require over and above (OAR) repair effort if the repair required is not the type of repair that would be anticipated as a result of normal Navy operation of the item and is not included in the contract pricing due to the nature or scope of the repair needed for that particular item. Therefore, repair of OAR items may be subject to equitable adjustment. The Contractor shall obtain written concurrence from DCMA for all units determined by the contractor to require OAR effort. All such OAR determinations, including the basis for the determination, the repair required, the proposed price to repair and the DCMA written concurrence, shall be provided by the contractor to the PCO prior to undertaking repair of the item. After receipt of the required documentation, the PCO shall provide the contractor disposition instructions or contractual authority for repair of the item. Any ordered disposal shall be performed by the contractor in accordance with all applicable regulations and DCMA disposal procedures and requirements. 3.5 4.0 PARTS AND MATERIALS 3.5.1 General. The contractor is responsible for supplying all parts and material necessary to perform the required repairs under this contract unless parts or material are specifically identified as Government Furnished Material (GFM). All parts and material used in performance of this contract shall be in accordance with the latest approved revision of applicable drawings and specifications and shall be new in accordance with FAR 52.211-5, Material Requirements, which is incorporated by reference herein. Authorization to use other than new material as defined by FAR 52.211-5 requires written approval from the PCO. In addition, cannibalization must be approved by the PCO. Cannibalization of units that have not been inducted is not typically authorized and requires specific approval by the PCO. 3.5.2 The contractor shall ensure it has access for the duration of this contract to updated drawings and specifications for parts and material required for repairs performed under this contract. Any change to such parts/material drawings or specifications requires Government approval in accordance with the Configuration Management provisions of this Statement of Work. Written approval from the PCO must be obtained prior to any change to the manufacturing source or manufacturing facility for all parts which require source approval, unless the contractor is the Design Control Agent (DCA) (i.e. the entity responsible for maintaining the latest configuration data) for the the contract item. If the contractor is the DCA, the contractor may approve approve changes to manufacturing source or manufacturing facility for all parts, including those which require source approval. Any repairs performed using unapproved changes to such drawings, specifications or manufacturing source or facility are done at the contractor's own risk. If the Government disapproves the requested change, the contractor shall replace any delivered items repaired using such unapproved change. The contractor is not entitled to any equitable adjustment to the contract price or terms based on the Government's disapproval of a requested change to the drawings, specifications or manufacturing source or facility. 3.5.3 Purchased Material Control and Parts Control. The contractor shall establish and maintain a system of control over purchased parts and material. Such controls shall, at a minimum, assure that the parts and and material purchased are in compliance with the requirements of this contract. 3.5.4 Receiving Inspection of Purchased Parts and Material. (1)Purchased items shall be inspected upon receipt at the contractor's facility to assure conformance with all requirements of the applicable drawings and specifications or (2)the contractor shall provide prior to the contract award evidence for Government review and approval of a purchased parts and material system which provides for the inspections to assure conformance with all requirements of the applicable drawings and specifications. Evidence of such inspections of such inspections shall be maintained by the contractor or subcontractor for Government review.The inspection report shall, at a minimum, include a record of all dimensional data (coordinate/positional), material, finish, and process with appropriate pass/fail criteria such as certifications and actual dimensonal readings. 3.5.5 ^^^NOTE^^^PART CANNIBALIZATION IS NOT AUTHORIZED UNLESS SPECIFICALLY APPROVED BY NAVSUP WSS AND THE BDE. 3.5.6 3.6 SOURCE AND LOCATION OF REPAIR SOURCE: 3.6.1 The contractor shall specify the name of the Source/Division performing the work and the actual location where work will be performed. INERTIAL NAVIGATION ;Honeywell Military; Company Name , ;13350 US Hwy N. Clearwater FL. 33764; Address , ;0BFA5; Cage Code inspection will be accomplished on the contractor's equipment 3.7 5.0 CONTRACTOR QUALITY REQUIREMENTS: 3.7.1 Quality Program. The Contractor shall establish, implement, document and maintain a quality system that ensures conformance to all applicable requirements of ISO 9001/ SAE AS9100. The Contractor's quality management system/program shall be designed to promptly detect, correct and prevent conditions that adversely affect quality. 3.7.2 Calibration System Requirements. Contractor shall maintain a calibration system that meets the requirements of ANSI/NCSL Z540.3, ISO-10012-1 or an equivalent calibration program acceptable to the Government. 3.8 6.0 CONFIGURATION MANAGEMENT (CM): 3.8.1 The contractor shall maintain a configuration management plan in accordance with the provisions of NAVSUP WSS configuration management clause NAVICPIA18. (Refer to contract). 3.9 7.0 MARKINGS. 3.9.1 Marking shall be as indicated in the contract when applicable. 3.10 8.0 STORAGE; 3.10.1 The contractor shall provide a proper enclosed warehouse environment for both material items awaiting repair and assets which have been repaired and are awaiting shipment to ensure the items are not damaged while being stored. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE

Deadline: 12/29/2025
Posted: 10/30/2025
SolicitationNAICS: 334511.0

BOLT,SHEAR

CONTACT INFORMATION|4|N791.03|LZZ|564-230-2148|MACKENZIE.CANNATARO.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO||TBD|N00383|TBD|TBD|SEE SCHEDULE|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|336413|1250||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| This solicitation is for the spares procurement of part number 454755-1 for theP8 aircraft. This solicitation will be using competitive procedures. The Government intends to make a single award to the eligible, responsible quoter whose quote is technically acceptable and which is determined most advantageous to the Government, in accordance with the following evaluation factors listed in descending order of importance: 1. Delivery: Offerors will be evaluated based final delivery date. Early and incremenal deliveries are accepted. If incremental deliveries apply, offerors shall include delivery schedule in quote. Requested delivery is 90 days, however, alternate deliveries will be evaluated. 2. Price: Quoted unit pricing and total pricing will be evaluated. 3. Past performance: SPRS and any additional information available to the Contracting Officer will be evaluated. Government source approval is required. Quotes may be emailed to the below address and must be received by 04:30 EST on the closing date, listed in block 10 on page 1 of the solicitation: mackenzie.cannataro.civ@us.navy.mil Quotes received after the closing date are considered to be late and will not be considered for award. If only one acceptable quote is received in response to this solicitation, competitive procedures will shift to sole source negotiations. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such asemail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. Early and incremental deliveries accepted. \

Deadline: 12/29/2025
Posted: 11/14/2025
SolicitationNAICS: 333998.0

NATIONAL OPERATIONAL/MAILING SUPPLIES

The purpose of this requirement is to establish a five year IDIQ contract to support seven (7) CMOP locations with Operational (Mailing) Supplies.

Deadline: 12/29/2025
Posted: 11/7/2025
PresolicitationNAICS: 322211.0
Page 1 of 37