Federal Contract Opportunities
Showing 51-100 of 1,805 opportunities
SPE4A726R0147 – 5342 – COUPLING, CLAMP, GROOVED / WSIC F
NSN 5342-01-432-2865; COUPLING, CLAMP, GROOVED; WSIC F; IQC PR 1000215254. THIS PART IS MANUFACTURED BY EATON AEROQUIP LLC (00624) and LOCKHEED MARTIN CORP (98897), UNDER PART NUMBER NM115001-0400. THIS SOLICITATION WILL RESULT IN AN INDEFINITE QUANTITY CONTRACT (IQC) FOR A BASE PERIOD OF 5 YEARS WITH ZERO (0) OPTIONS. THE ESTIMATED ANNUAL QUANITTY IS 436 EACH; THE MINIMUM DELIVERY ORDER QUANTITY IS 108 EACH; THE MAXIMUM DELIVERY ORDER QUANTITY IS 436 EACH. THE DELIVERY DATE WILL BE 493 DAYS AFTER THE RECEIPT DATE OF ORDER. INSPECTION AND ACCEPTANCE WILL BE AT ORIGIN, FOB IS AT DESTINATION. SURGE APPLIES TO THIS PROCUREMENT; THE MONTHLY SURGE QUANTIY IS 8 EACH. THIS IS A DLA DIRECT PROCUREMENT. THE SOLICITATION WILL BE ISSUED AS AN UNRESTRICTED PROCUREMENT (OTHER THAN FULL AND OPEN COMPETITION NOT PREVIOUSLY ADDRESSED). THIS IS A CRITICAL SAFETY ITEM. PRICE, PAST PERFORMANCE AND DELIVERY WILL BE EQUALLY WEIGHTED. THE FINAL CONTRACT AWARD DECISION MAY BE BASED UPON A COMBINATION OF PRICE, PAST PERFORMANCE, SPRS AND OTHER EVALUATION FACTORS AS DESCRIBED IN THE SOLICITATION. THIS REQUEST IS FOR A WIRTTEN QUOTE. PLEASE SUBMIT OFFERS IN WRITING. 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 AROUND NOVEMBER 28, 2025.
48--VALVE,CHECK
NSN 1R-4820-016221337-EY, REF NR 803-1385637-052AF, QTY 4 EA, DELIVERY FOB ORIGIN. NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to solicit on a limited competitive basis with MILWAUKEE VALVE CO INC (76364) and MONARCH SUPPLY CO INC (9N735) for the purchase the following: NSN: 4820 016221337 QTY:4 P/N: 803-1385637-052AF Item: VALVE,CHECK This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the ntended 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. NAICS CODE: 332919 FSC: 4820 The Government intends to acquire these supplies using the provisions, clauses and procedures prescribed in FAR Part 15. 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. 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. Source Approval Statement applies to this NSN. This is a limited competition, approved sources are MILWAUKEE VALVE CO INC (76364) and MONARCH SUPPLY CO INC (9N735). It is expected that award will be made to one of these firms. 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. This procurement is a not a Total Small Business Set-Aside. Electronic procedures will be used for this solicitation. RFQ/Solicitation will be posted to NECO. No telephone requests will be honored and no hard copies will be mailed out. Anticipated award date is December 2025. Interested organizations may submit their capabilities and qualifications to perform the effort by email at kimberly.flores12.civ@us.navy.mil.
48--STARTER CONTROL VAL, IN REPAIR/MODIFICATION OF
NSN 7R-4820-016629522-F7, TDP VER 006, QTY 5 EA, DELIVERY FOB ORIGIN. This part is a commercial/nondevelopmental/off-the-shelf item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. 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.
59--AMPLIFIER,RADIO FRE
NSN 7R-5996-016916062-RQ, REF NR 4001031301, QTY 5 EA, DELIVERY FOB ORIGIN. This is a NEW SPARES requirement. Drawings NOT available. 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. 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.
16--COMPRESSOR,WING PY
NSN 7R-1680-015887863-P8, REF NR 237637-9001, QTY 16 EA, DELIVERY FOB ORIGIN. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. Procurement Note E05 (DLAD 46.292) is hereby incorporated by reference. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. Unless for (P-8/P-3 Platform) Commercial Items (IAW FAR 2.101) readily available on the commercial market for which current FAA certification documentation (FAA Form 8130-3 Air Worthiness Approval Tag) will accompany individual product, for New Unused stock from the OEM, Offerors are advised that offers received from sources which are not government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved source(s) MUST submit a copy of their authorized distributor letter, on the source's letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. Other than what is noted for P-8/P-3 Platform, all potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable; Offers for such are ineligible for award. The data needed to acquire/repair this part competitively is not physically available, it cannot be obtained economically, nor is it possibleto draft adequate specifications or any other adequate, economical description of the material for a competitive solicitation. 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/" 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.
43--PUMP,DISTILLED WATE, IN REPAIR/MODIFICATION OF
NSN 7H-4320-011300015-CP, TDP VER 002, QTY 1 EA, DELIVER TO SW3117, DLA DISTRIBUTION NORFOLK VA, NORFOLK, VA 23511-0001, INDUCTION NIIN IS 7H, 4320, 011300015, CP, PUMP,DISTILLED WATE, 528P200. 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. THIS IS A LEVEL 1 ITEM WHICH WILL BE ACQUIRED FROM APPROVED SOURCES ONLY. CONTRACTS WILL BE AWARDED TO OFFERORS WHOSE INSPECTION SYSTEM CONFORMS TO MIL-I-45208A OR EQUIVALENT AS CERIFIED BY A JOINT DCMA/NAVSUP WSS SURVEY TEAM. INFORMATION ABOUT THE MIL-I-45208A REQUIREMENT MAY BE OBTAINED FROM NAVSUP WEAPON SYSTEMS SUPPORT, CODE N97122, P.O. BOX 2020, MECHANICSBURG PA 17055-0788. 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.
4820-01-589-7552, Body, valve
DESCRIPTION: 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 11/28/2025 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. National Stock Number (NSN): 4820-01-589-7552 Quantity (including quantity ranges): 275 Unit of Issue: EA Inspection and Acceptance: Destination FOB: Origin Delivery: 500 days Quantity Price Break Ranges Solicited: R1: 10-29 EA R2: 30-100 EA R3: 101-200 EA R4: 201-275 EA CAGE and P/N: 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. 3204(a)(1). Approved source: Circor Aerospace, Inc. (50601) p/n 90-1010024-7 Procurement Item Description Text: BODY, VALVE (BODY ASSEMBLY) RD002: Covered Defense Information Applies RP001: DLA Packaging Requirements for Procurement This item requires Item Unique Identification (IUID) in accordance with the enclosed/referenced IUID technical requirements and MIL-STD-130. DFARS 252.211-7003 clause applies. RA001: This document incorporates technical and / or quality requirements (identified by an ‘R’ or an ‘I’ number) set forth in full text in the DLA Master List of Technical and Quality Requirements found on the web at: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx For simplified acquisitions, the revision of the Master in effect on the solicitation issue date or the award date controls. For large acquisitions, the revision of the master in effect on the RFP issue date applies unless a solicitation amendment incorporates a follow-on revision, in which case the amendment date controls. RQ011: Removal of Government Identification from Non-accepted Supplies Critical Application Item Circor Aerospace, Inc. DBA (50601) P/N 90-1010024-7 Packaging Text: PKGING DATA-QUP: 001 Will be packaged in accordance with ASTM D3951. All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. Palletization shall be in accordance with RP001: DLA Packaging Requirements for Procurement.
Beddown Site Preparation Project - Rygge, Norway
This Sources Sought is for market research purposes only – it is not a Request for Proposal, Request for Quote, or Invitation for Bid. There is no commitment by the Government to issue a solicitation, make awards, or pay for respondent's expenditures made in response to this notice. Interested vendors are responsible for monitoring this notice for any subsequent changes. All submissions become government property and will not be returned. The purpose of this notice is to afford industry the opportunity to submit company profiles with capability statements, provide acquisition strategy feedback, and express interest in the potential procurement. *UPDATE (6.16.2025): This special notice is not a contract, request for proposal, a promise to contract, or any commitment whatsoever on the part of the Government. This notice presents a DRAFT/CONCEPT solicitation W912GB25RA010 for review and feedback by all interested parties ahead of any potential formal solicitation. *UPDATE (7.3.2025): Draft specifications and updated draft drawings are now available. Sheet X-100 was deleted, a note was updated on sheet C-100, and index sheet updated to reflect sheet X-100 removal. *UPDATE (7.18.2025): Draft geotechnical report is now available. All terms, conditions, and representations contained within these drafts are subject to change. They are intended for informational purposes only and should not be relied upon as a final statement of requirements. The Government anticipates a potential site on or around 9 July 2025. Base access/security requirements will be strictly observed and communicated ahead of the site visit. No further information is available at this time. However, notional information is provided within the DRAFT solicitation. *UPDATE (7.2.2025): ENSURE you review the attachment "52.236-27 SITE VISIT v1.1 2 July 2025" and comply precisely. If you have already submitted your information to the Government, you MUST revise/re-submit consistent with the attachment. *UPDATE (7.7.2025): The Government's intent is for approved personnel to arrive between 09:30-10:00a.m. in order to begin promptly at 10:00a.m. The meeting point address is: Flyplassveien 300, 1580 Rygge. USACE welcomes industry comments, questions and recommendations regarding the draft documents. All feedback must be submitted electronically via ProjNet at http://www.projnet.org/projnet. The inquiry key is: B5U87I-BEIR47 and must be received by 14:00 CET on June 30, 2025. Only self-registered users on ProjNet can submit and review inquiries. To self-register, go to the webpage, click BID tab, select Bidder Inquiry, select agency USACE, enter the key for this Solicitation listed above and your email address. After initial login, enter all the required information to create your user ID. Verify the information on the next screen and from there you may submit and view inquiries. Those submitting inquiries will receive a system generated email notification when their inquiry has been processed and answered. Each comment should be submitted individually. Respondents are not limited to one submission. Please see .pdf attachment to this special notice entitled “ProjNet Instructions”. While the Government may or may not respond to comments, this feedback will be evaluated and may be incorporated into the final solicitation. As noted above, all feedback must be submitted by 14:00 CET on June 30, 2025. END UPDATE (6.16.2025).* The U.S. Army Corps of Engineers (USACE) Europe District is considering issuing a solicitation for a firm-fixed-price contract for a Beddown Site Preparation Project in Rygge, Norway. The project’s anticipated magnitude of construction is between $5,000,000.00 and $10,000,000.00 with a construction duration of 17 months from issuance of the Notice to Proceed (around December 2025). A solicitation would be publicized around June 2025 with a possibility of a preproposal conference and/or site-visit, and a contract award around September 2025. *UPDATE (7.28.2025): A solicitation will not be issued this fiscal year. The Government anticipates issuing a solicitation sometime during fiscal year 2026. PROJECT DESCRIPTION The Beddown Site Preparation Project would provide site improvements and utility connections for developing base expeditionary airfield resources (BEAR) to beddown 576 personnel. The beddown site is based on Deployable Air Base System (DABS) sets supporting United States Air Force contingency operations. The type of shelter in the standard DABS set is the Alaska Small Shelter System (AKSSS). BEAR assets to be accommodated within the beddown area include 72 billet shelters, 2 latrine shelters, 2 shower shelters, 1 laundry shelter, 1 kitchen package (550-person), 4 command operations shelters, and 3 morale, welfare, and recreation shelters. The site would be gravel surfaced. The project would extend existing utilities to provide hookup points for the DABS elements. The utilities include potable water, sanitary sewer, electrical power, and communication. CAPABILITIES STATEMENT Companies interested in the potential procurement should submit a brief capabilities statement as one PDF. The capabilities statement shall include the following. 1. Company name, address, point of contact, phone number, and e-mail address. Include CAGE code and UEI number from the company’s SAM registration. 2. A completed Experience/Capability Worksheet along with a brief description of experience with similar construction projects performed within the past ten years in any of the following areas that may be required for the project. Describe if work was performed as a prime or subcontractor, the location (name of city and country), and value in U.S. dollars. a.) Demolition and site preparation. All structures including Heli Pad, will be removed within project limits. Relocation/removal of utility lines. Electrical and communication lines will be abandoned in place. Rock removal using blasting method. Clear and grubbing for brush and preparation of site. b.) Civil includes site layout, grading drainage, and site utilities. c.) Site layout to include kitchen package, standoff distances, circulation of people and vehicles, tents on gravel, generator pad, and HESCO. d.) All new roads will be gravel roads. e.) Grading and drainage to allow efficient surface drainage storm events. f.) Site utilizes potable water and sanitary sewer. Fire protection and natural gas are required. g.) Potable water and sanitary sewer connections with host nation equipment/facilities. h.) Knowledge of quality control, scheduling, and safety procedures and documentation, especially if similar to those utilized on USACE projects. 3. The company’s capability for bonding and to perform the construction project in Norway, especially in Rygge. 4. Feedback, if any, on the acquisition strategy for the Government to consider, such as Request For Proposal using the Lowest Price Technically Acceptable or Tradeoff source selection process, Invitation For Bid, sole source, etc. Email capabilities statement to the following, and reference W912GB25X16H7 in the subject line of the email: Andrew Cochran, Contract Specialist at Andrew.A.Cochran@usace.army.mil Ryan Fernandez, Contracting Officer at Ryandale.R.Fernandez@usace.army.mil Submissions will be shared with the Government project delivery team, but otherwise will be held in strict confidence. No feedback will be provided to respondents regarding their submissions. If you have any questions, contact Andrew Cochran and Ryan Fernandez by email. Note: Any solicitation issued resulting from this notice will be in a separate announcement. A company must be registered and active in SAM to be considered for contract award. Further instructions and information can be found at https://sam.gov/content/entity-registration.
REPAIR OF THE NSI LASER MILL CUTTING SYSTEM
Request for Quote (RFQ) N00173-25-Q-1301213223 This is a total small business set-aside procurement in accordance with FAR 13- 13.003(b) (1) on a Firm-Firm Fixed-Price (FFP) basis. Award shall be made to the quoter whose quotation offers the lowest-priced, technically acceptable solution (LPTA). The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000. The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6650. The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase REPAIR OF THE NSI LASER MILL CUTTING SYSTEM. All interested companies shall provide quotations for the following: __________________________________________________________________________ ___________________________________________________________________________ ___x___ See specification attachment Delivery Address: ___x_____ U.S. Naval Research Laboratory 4555 Overlook Avenue, S.W. Bldg. 49 – Shipping/Receiving Code 3400 Washington, DC 20375 Supplies: Brand Name or Equal. Items must be brand name or equal in accordance with FAR 52.211-6. Software/Hardware/Services: This procurement is for new equipment ONLY, unless otherwise specifically stated. No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty. • Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions • Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured. Note: Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award. The performance period cannot be back dated. If reinstatement fees are required, they must be listed on separate line items. Lowest Price Technically Acceptable – Factor 1 – Price. Quotes will be evaluated to determine if the price is fair, and reasonable in accordance with FAR 12.209 (Commercial Item Determination of Price Reasonableness) and in conjunction with FAR 13.106-3 (Simplified Acquisition Procedures Award and Documentation). Quotations shall include a price for each Contract Line Item Number (CLIN). Factor 2 – Technical. The Government will evaluate the quoter’s capabilities to provide supplies/services in accordance with (IAW) the Solicitation. Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation. Offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable. If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s) Table A-1. Technical Acceptable/Unacceptable Ratings: Rating Description Acceptable Quote meets all the minimum requirements/specifications as stated or provided in the RFQ specifications. Unacceptable Quote does not clearly meet the minimum requirements/specifications as stated or provided in the RFQ specifications. Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). SAM Registration. Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.betasam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a quote. The Technical and Price Quotation shall be submitted via email to: GOVERNMENT POINT OF CONTACT Purchasing Agent Name: ___________________________________ Tel: 202______________________ Email: ________________@us.navy.mil QUESTIONS CONCERNING THE RFQ: All questions concerning this RFQ are due via email to the Purchasing Agent’s email address above No Later Than (NLT) ____ business days after the sending of this Request For Quotation (RFQ) to ensure timely award. The Government may, in its sole discretion, choose not to respond to questions received after the deadline. QUOTATION CONTENTS The contractor may provide a quotation as long as it meets the Government’s minimum solicited technical standards of this Request for Quotations and the attached --------------. Quotations shall comply with or clearly state, at a minimum, the following information: (1) Open Market or GSA Federal Supply Schedule (FSS) pricing. Quotations should state “open market” or should reference the applicable GSA/FSS number. (2) Expiration date of quoted and submitted prices. (3) Contractor’s Federal Tax I.D., CAGE code, and DUNS number. (4) Payment Terms will be Net 30 unless stated differently on the quote. (5) If available, please include your company’s published price list. (6) Include estimated shipping and handling if applicable.
Jackson Hole Levee Vegetation Spraying
This Presolicitation pertains to the Vegetation Spraying in accordance with the Performance Work Statement for the U.S. Army Corps of Engineers, Walla Walla District, Jackson Hole Levee Project. This will be a firm-fixed-price (FFP) Indefinite Delivery-Indefinite Quantity (IDIQ) service contract. The North American Industry Classification System (NAICS) code for this project is 561730 and the associated small business size standard is $9.5M. The solicitation will be a Total Small Business Set Aside. This synopsis is not a request for quotes or proposals. This is a pre-solicitation notice that a solicitation has been scheduled to be released via https://sam.gov/ soon detailing requirements for the Jackson Hole Levee Vegetation Spraying. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Conducting business with the Government: In order for contractors to conduct business with the Department of Defense, the Contractor must provide registration information to the System for Award Management (SAM). All offerors must be registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished at www.sam.gov. By submission of a quote, the Contractor acknowledges the requirement to be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this requirement will be accessible via sam.gov at https://sam.gov/content/home. No CD’s or hard copies will be available. Offerors are responsible for any loss of internet connectivity or for an Offeror’s inability to access the documents posted at the referenced website. Prospective offerors are responsible for checking for any update(s) to the Notice. To obtain automatic notifications of updates to this solicitation, you must log in to www.sam.gov and add the solicitation to your quote watch list.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-25-2247584 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01, November 12, 2024. The North American Industry Classification System (NAICS) code for this procurement is 811210, Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 million. The requirement is being competed full and open competition, un-restricted, and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for several maintenance agreements for the Thermo Electron Eclipse and Ultimate LC system mass spectrometer is crucial to NIAID’s research efforts. This high-tech system is in high demand/high usage and is critical in the collection of complex proteomic data for various projects. This system is being utilized to analyze high value, limit samples, that cannot be replaced and if compromised through a lack of system maintenance, improper maintenance, and/or is not calibrated on a routine basis would have a series impact/delay on critical research efforts. Coverage is required for the following instruments below with the corresponding service plans: ORBITRAP ECLIPSE PTR Ready Serial# FSN40256 UNITY ESSENTIAL SUPPORT PLAN-MSPEC-LC-MS Field Service Engineer labor, travel, and parts required for Corrective Maintenance visits with a targeted response time of 3 business days Priority status for technical support inquiries with a targeted immediate response time. A certified service engineer will conduct diagnosis and Corrective Maintenance procedures using the latest digital remote support tools One (1) scheduled annual Preventive Maintenance visit (a standard OEM PM kit is included) Instrument Requalification (RQ) in conjunction with a scheduled Corrective Maintenance with a purchase of an add-on Operational Qualification (OQ) Premium subscription to Unity Lab Services Online Knowledge Base OEM parts, accessories, and consumables during the effective period of the contract Computers that were purchased from Thermo Fisher Scientific and required for the operation of the analytical system Software and firmware updates upon request and in conjunction with a scheduled Preventive Maintenance or Corrective Maintenance visit (updates are defined as changes of the existing software version that are intended to improve its performance) Training classes purchased during the contract validity period FAIMS PRO Serial# FAIMS-20572 Standard Options Plan-LSMS UltiMate 3000 NCS-3500RS NANO Nano-Cap-S, Serial# 8111932 UltiMate 3000 WPS 3000TFC ANALYTICAL Serial# 8116925 Ultimate 3000 VWD-3400RS, S/N 8118176 UNTY ESSENTIAL PLAN CHROM LC DNX Plan includes: Unlimited number of demand on-site service visits with a maximum 72-hour response Engineer labor and travel is included Priority status for technical support inquiries One (1) Scheduled Preventative Maintenance visit Thermo Scientific supplied personal computers are covered OEM Factory-certified replacement parts included Subscription to e-Support Online Technical Resources Parts, Accessories or Consumables for end user during active contract Institute based or on-site training for chromatography, mass spectrometry or trace elemental instruments. The training must be purchased during the contract validity period Software updates and notifications (Updates are defined as changes of the existing software version that are intended to improve its performance) Computers purchased from Thermo Fisher Scientific and required for the operation of the analytical system. Replacement of functional computers in order to accommodate an upgrade to a newer version of the operating systems is not covered by the support plan Quoting Instructions: •DUE TO THE SENSITIVE NATURE OF THE PROJECTS, SERVICES PROVIDED MUST BE OF EQUAL SERVICE PROVIDED UNDER A DIRECT CONTRACT FROM THE MANUFACTURER, THERMO ELECTRON. •ALL 3RD PARTY OFFERORS MUST INCLUDE THERMO ELECTRON CERTIFICATION DOCUMENTATION AS A DEALER /SERVICE PROVIDER FOR THERMO ELECTRON FOR QUOTES TO BE CONSIDERED. •ALL 3RD PARTY OFFERORS, IF PROVIDING A QUOTE FOR SERVICES PROVIDED UNDER A BILLABLE CONTRACT, MUST INCLUDE THERMO ELECTRON CERTIFICATION DOCUMENTATION CONFIRMING A BILLABLE CONTRACT SERVICE IS OF EQUAL SERVICE AS A DIRECT CONTRACT, INCLUDING PRIORTY RESPONSE TIME. Payment Terms: Quarterly in Arrears. Period of Performance: March 19, 2025 - March 18, 2026. Place of Performance: NIH/NIAID, 4 Memorial Drive, Bethesda, MD 20892. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements and price. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MAY 2024) FAR 52.204-7 System for Award Management (NOV 2024) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017) FAR 52.204–26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (NOV 2024) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than December 30, 2024 @ 1:00 PM EST All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency.
Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
Crane Army Ammunition Activity Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments W519TC-25-Q-MESE Combined Synopsis / Solicitation DESCRIPTION This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; proposals are being requested and a formal solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC25QMESE for the Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. As a result of the updated Federal Acquisition Circular, a new clause, 52.204-27 Prohibition on a Byte Dance Covered Application (JUN 2023), has been incorporated into this solicitation and falls under 52.212-5. The NAICS code for this procurement is 811310 Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance. The small business size standard for this NAICS is $12,500,000.00. The Product Service Code is J035 Industrial Products Install/Maintenance/Repair. Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/. ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL DESCRIPTION OF REQUIREMENT CLIN Description Period of Performance Date 0001 Equipment Quarterly Maintenance Date of Award – 365 days ADA 0002 Equipment Semi – Annual Maintenance Date of Award – 365 days ADA 0003 Equipment Annual Maintenance Date of Award – 365 days ADA 0004 Emergency Repairs Date of Award – 365 days ADA 1001 Equipment Quarterly Maintenance 366 days ADA – 731 days ADA 1002 Equipment Semi – Annual Maintenance 366 days ADA – 731 days ADA 1003 Equipment Annual Maintenance 366 days ADA – 731 days ADA 1004 Emergency Repairs 366 days ADA – 731 days ADA 2001 Equipment Quarterly Maintenance 732 days ADA – 1,096 days ADA 2002 Equipment Semi – Annual Maintenance 732 days ADA – 1,096 days ADA 2003 Equipment Annual Maintenance 732 days ADA – 1,096 days ADA 2004 Emergency Repairs 732 days ADA – 1,096 days ADA 3001 Equipment Quarterly Maintenance 1,097 days ADA – 1,461 days ADA 3002 Equipment Semi – Annual Maintenance 1,097 days ADA – 1,461 days ADA 3003 Equipment Annual Maintenance 1,097 days ADA – 1,461 days ADA 3004 Emergency Repairs 1,097 days ADA – 1,461 days ADA 4001 Equipment Quarterly Maintenance 1,462 days ADA – 1,826 days ADA 4002 Equipment Semi – Annual Maintenance 1,462 days ADA – 1,826 days ADA 4003 Equipment Annual Maintenance 1,462 days ADA – 1,826 days ADA 4004 Emergency Repairs 1,462 days ADA – 1,826 days ADA **See Attachment 0001 – Maintenance Services PWS 2025 V2; 16September2025, Attachment 0002 – Price Matrix; 18September2025, and Attachment 0005 ME Broad Equipment List FY26 Revised for more information. TYPE OF ACQUISITION AND CONTRACT Award will be made using best value, resulting in a single award Firm Fixed Price Contract with a Time and Materials (T&M) CLIN for Emergency Repairs. PLACE OF PERFORMANCE Performance will be FOB Destination at the following: Crane Army Ammunition Activity 300 Highway 361 Crane, IN 47522-5001 PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Price – Offerors must submit Completed Price Matrix at Attachment 0002. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. 2. Completed Provision at Attachment 0003 – FAR 52.204-24, paragraph (d)(1) and (d)(2). 3. Completed Provision at Attachment 0004 – FAR 52.212-3 Alt 1, paragraph (b) only. 4. Completed Responses to the Questions provided in the RFQ Questionnaire in Attachment 0008 Additional Submission instructions: PART ONE: EVALUATION FACTOR 1 – TECHNICAL Quoters shall submit responses to the Responses to the RFQ Questionnaire provided at Attachment 0008 that correspond to this solicitation. Quoters shall provide specific/ specialized knowledge/ skills related to: Hydraulics Pneumatics Electronics Automation PLC Mechanical Aptitude Do not include specific (individuals’) names of Government and/or Contractor personnel. Do not include price/rates. PART TWO: EVALUATION FACTOR 2 – PRICE Quoters shall adhere to the Instructions on the Government provided Price Matrix (Attachment 0002) and fully complete ALL required fields. PART THREE: SITE VISIT It is REQUIRED that any interested offerors attend the initial open site visit. Any bidders that do not attend this open site visit, will not be eligible to receive a rating higher than “Good” on the Technical evaluation for this requirement. The site visit is scheduled for 04 December 2025 at Crane Army Ammunition in Crane, IN. Please provide a response via email if you will be attending the open site visit no later than 01 December 2025 at 1:00pm CST. There will be no extensions to this date. A statement of interest in the visit after 01 December 2025 1:00pm CST will not be accepted. Any interested bidders shall email a statement of interest to the Contracting Officer, Bryce Willett; Email bryce.t.willett.civ@army.mil and Contract Specialist, Dustin Sexton; Email dustin.p.sexton.civ@army.mil. Further instructions on the time and location will be provided via email to those interested offerors. The proposed site visit cannot be completed while any explosive operations are currently taking place at the facility. As part of the proposal, the contractor shall provide a Property Management Plan (PMP) to the Government for review via email. The Government does not have a preferred requirement for this submission's format, but proposals without a PMP will be rejected without further consideration. The contractor who is selected for award will be required to complete a Contractor Acquired Property (CAP) document provided by the Government. I draft version of this document has been added to the solicitation for review only at Attachment 0009. The PMP shall include the Contractors process for utilizing this CAP document to include submission frequency and plan for tracking CAP. BASIS FOR AWARD The Government will award one (1) Award to the offeror whose quote provides the best value to the Government using a tradeoff process. Best Value”: The expected outcome of the acquisition that, in the Government’s estimation, provides the greatest overall benefit in response to the requirement. 2. “Tradeoff”: The Government may accept other than the lowest priced Quotation, when the decision is consistent with the evaluation criteria and the Government reasonably determines that the perceived benefits of a higher priced Quotation warrant the increase in price. The Government has established Technical and Price as the evaluation factors. The order of importance is as follows: Factor 1: Technical is more important than Price. 2. Factor 2: The Total Price is not expected to be the controlling criteria for this selection. However, Total Price evaluation is still important in this acquisition and Price must be able to be determined fair and reasonable. The importance of Factor 2 - Total Price will increase as the difference between Factor 1 - Technical decreases. 3. In accordance with Far 52.212-1(g), quotations are intended to be evaluated and the award made, without discussions, unless discussions are determined necessary. 4. Total Price is calculated as the sum of all CLINs added together. EVALUATION CRITERIA The Government will evaluate Quotations as follows: FACTOR 1: TECHNICAL: The Government will evaluate Factor 1, Technical, using the following criteria: Demonstration of a clear understanding of the requirements and deliverables, and on the Offeror’s expressed ability to successfully perform. The offerors will be evaluated based on responses to three criteria: Technical Expertise/ Experience, Project Team, and Technical Approach. Specific/ specialized knowledge/ skills related to: Hydraulics Pneumatics Electronics Automation PLC Mechanical Aptitude If the Quotation sufficiently addresses the RFQ Questionnaire and demonstrates a clear understanding and ability to perform the requirement, then the Government will accept without further explanation that the contractor can perform all PWS requirements. The Quoter may discuss non-critical requirements. However, if the Quoter provides statements which cause the Government to question the Quoter’s ability to perform those non-critical requirements, such statements will be evaluated accordingly. Technical will be rated using the following standards in Table 1: Technical Ratings Outstanding: This rating is only available to those that have attended the site visit in addition to the following: Quotation meets requirements and indicates a thorough level of expertise and an understanding of the requirements. Quotation indicates an exceptional approach and understanding of the requirements and contains multiple strengths. Established team has an extensive background in explosive contaminated facility remediation to include utilizing remote operated waterjet segmentation. Quotation includes detailed previous project experience in the major contract requirements. Proposal includes a well thought-out proposed technical approach to each of the project’s phases. Acceptable: Quotation meets requirements and indicates an adequate level of expertise and an understanding of the requirements. Established team has an extensive background in hazardous facility remediation and the major contract requirements including explosives familiarity, although little to no experience in remote operated explosive contaminated facility remediation specifically. Proposed technical approach is adequately addressed, but not specific. Strengths and Weaknesses are offsetting or will have little or no impact on task order performance. Risk of unsuccessful performance is moderate. Unacceptable: Quotation does not meet requirements and contains one or more deficiencies. Team did not complete mandatory Site Visit per RFQ requirements. Appropriate team has not been established, or established team does not have sufficient experience to complete the project tasks without significant government oversight. Risk of unsuccessful performance is high. If this criterion is rated as Unacceptable, additional factors will not be evaluated and the Quotation is not eligible for award. Definitions Strength Strength is defined as a particular aspect of the Quoter’s submission that has merit or exceeds specified performance capability requirements in a way that will be advantageous to the Government during task order performance. Deficiency Deficiency is defined as any material failure of a Quotation to meet a Government requirement or a combination of weaknesses in a Quotation that increases the risk of unsuccessful task order performance to an unacceptable level. FACTOR 2: PRICE The Government will evaluate Factor 2 – Price, for the following: Compliance: Quotations will be evaluated for compliance based upon the submission requirements contained in the solicitation. Price Reasonableness: The Quoter’s Price Quotation will be evaluated to determine reasonableness. In accordance with FAR 31.201-3, a price is reasonable if, in its nature and amount, does not exceed that which would be incurred by a prudent person in conduct of competitive business. Total Price is calculated as the sum of all CLINs added together. LISTING OF ATTACHMENTS Attachment 0001 – Maintenance Services PWS 2025 V2 (16SEP2025) Attachment 0002 – Price Matrix (18SEP2025) Attachment 0003 - FAR 52.204-24 Provision Attachment 0004 – FAR 52.212-3 Alt 1 provision Attachment 0005 – ME Broad Equipment List FY26 Revised Attachment 0006 – Wage Determination Attachment 0007 – Solicitation Provisions and Clauses Attachment 0008 – RFQ Questionnaire Attachment 0009 - Contractor Acquired Property (CAP) Report DEADLINE FOR SUBMISSION Offers are due on 30 December 2025 no later than 1:00 PM Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, Dustin Sexton, dustin.p.sexton.civ@army.mil and Contracting Officer, Bryce Willett, Bryce.t.willett.civ@army.mil. Offerors shall include “W519TC25QMESE Response – [Insert Offeror’s Name]” within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer listed above. **Note: Interested offerors must submit any questions concerning this solicitation at the no later than 16 December 2025, to enable the Buyer to respond. Questions not received prior to 16 December 2025 will not be considered. If needed, a final amendment will be submitted by 22 December 2025. End of Addendum 52.212-1
Residential Reentry Center (RRC) Services and Home Confinement Services Located in the Springfield, Illinois Area.
RRC Services and Home Confinement Services Located in the Springfield, Illinois area.
Controller W, AIRPR
A00001 - The response date for this contract opportunity has been extended until December 30, 2025 at 2:00 PM EST. The quantity requested has been updated to eight (8) items. Attachment 1 - Terms and Conditions - 70Z03826QJ0000020 has been updated to FAC 2025-06 and Attachment 2 - Redacted J and A - 70Z03826QJ0000020 has been updated to reflect the new quantity requested. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03826QJ0000020 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06, effective 1 October 2025. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that a firm-fixed price purchase order will be awarded on a sole source basis as a result of this synopsis/solicitation for the following item(s): Item Name: Controller W, AIRPR Part Number: 773040-2 National Stock Number: 1660-01-164-4292 Quantity: 8 Manufacturer Cage Code: 0CAM5 Only the items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation (Cage Code 0CAM5). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03826QJ0000020” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA. SEE ATTACHMENT 2 – “REDACTED JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 70Z03826QJ0000020” Closing date and time for receipt of offers is 12/30/2025 at 2:00 pm Eastern Time. Anticipated award date is on or about 1/5/2026. E-mail quotations may be sent to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil Please indicate 70Z03826QJ0000020 in the subject line
Circuit Card Assembly (Circuit Card Upgrade, Gun Control Unit)
Solicitation announcement for the following item: Item: Circuit Card Assembly NSN: 5998-01-706-4156 PN: 13074672 Quantity: 79 EA Option: 100% FOB: Destination The Technical Data is available for this procurement. Please see the related Sources Sought Notice for SPRDL1-25-R-0261 to request access. If you have any questions, please contact the Contract Specialist, Kimberly Houghton, at (586) 230-8521 or by email at kimberly.houghton@dla.mil
Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
DEVA 318717 - "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems."
DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
DEVA 318717 - "Rehabilitate Furnace Creek and Cow Creek Water and Wastewater Treatment Systems."
Contractor-owned, Contractor-operated (COCO) bulk retail services at two locations on Fort Bragg, NC.
SPE603-26-R-5X09 DLA Energy COCO Fuel Services, Operations and Maintenance at Fort Bragg, NC This is a Sources Sought Notice only. It seeks information from small business sources that can provide fuel management services. This notice is also issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. No solicitation is being issued at this time. Defense Logistics Agency (DLA) - Energy anticipates issuing a Request for Proposal (RFP) within the next 90 days. For reference purposes the solicitation, when issued, will be numbered SPE603-26-R-5X09. The amount of information available at this time is limited. A preproposal conference will be held after the solicitation is issued. Date and time will be provided later. The DLA Energy, Bulk Petroleum Supply Chain Services, Domestic Storage and Services Division, seeks potential small business sources to perform fuel facility operation, maintenance, support operation, management and administration pertaining to provide Contractor-owned, Contractor-Operated (COCO) bulk retail services at two locations on Fort Bragg, NC. Each location must be capable of storing 90,000 gallons of F24, 20,000 gallons of MUR, and 20,000 gallons of ULSD. Retail services include Issuing F24, ULSD, and MUR and Bulk Loading of F24 and ULSD. The contractor will be additionally responsible to ensure safe and accurate receipt, storage, transfer, issue, quality control, and accounting for Defense Working Capital Fund (DWCF) - owned petroleum products under their control. To be considered, interested firms must demonstrate the capacity to supply all personnel, equipment, and materials required to successfully deliver the specified services. Any facilities, equipment, or materials provided by the contractor must be compatible and suitable for the retail and bulk dispensing of the following fuel types: military-grade aviation fuel F24, commercial gasoline, and commercial diesel. The government will provide the following resources to support the contract: land easements, utility infrastructure, utility billing services, and EPOS (Electronic Point of Sale) components and hardware. One fuel facility must be fully operational and capable of providing the full scope of required services within 12 months of the contract award date. The second facility must be completed within 24 months of the contract award date. The Government will award one firm, fixed price contract for a four-year base period and with five, five-year options to renew, a total of 29 years possible. The expected performance period for the base is March 1, 2027 to February 29, 2031, five (5) five-year option periods from March 1, 2031 to February 28, 2036, then March 1, 2036 to February 28, 2031, then March 1, 2031 to February 28, 2036, then March 1, 2036 to February 28, 2041, then March 1, 2041 to February 28, 2046, then March 1, 2046 to February 28, 2051, then March 1, 2051 to February 28, 2056 and the option to extend, not to exceed six months from March 1, 2056 to August 31, 2056. Contracts awarded are subject to FAR 52.222.41 and Service Contract Act of 1965. The proposed solicitation is being considered for a set-aside under small business set-aside program. The North American Industry Classification System (NAICS) Code is 493190 and the size standard is $36.5 million. The Government is interested in the following small business categories to respond to this notice: Small Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service Disabled Veteran-Owned Small Businesses (SDVOSBz). Responses are limited to not more than 5 pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 3:00 PM local Ft. Belvoir, VA time on December 03, 2025. Only responses submitted via e-mail will be considered. E-mail submissions to: Morishita,Armstead@DLA.MIL. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for (last 3 years), office location (s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) is required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for similar fuels management requirements? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity. Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to COCO fuels management. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken. 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type (s) of service would you perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain any experience your company has had with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a four-year contract at one or more locations, in the event there are delays with the payment process? 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? Contracting Office Address: 8725 John J. Kingman Road Fort Belvoir, Virginia 22060-6222 United States Place of Performance: Fort Bragg, North Carolina United States
Special Mode Transportation for VA Northern California Health Care System
SOURCES SOUGHT SYNOPSIS The purpose of this Sources Sought Synopsis is to assist in our decision-making process for a service procurement. This is not a solicitation, nor a request for quotes or proposals. Responses to this sources sought synopsis will be used by the Government to make appropriate acquisition decisions. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. The Department of Veterans Affairs, Network Contracting Office (NCO) 21, is conducting market research to identify potential vendors with economic status of Service-Disabled Veteran-Owned, Veteran-Owned, and other Small Businesses that can provide the general requirements below. GENERAL REQUIREMENTS The Contractor shall provide non-emergency special mode transportation services on an “as needed” basis. Services may be required 24-hours per day/7-day a week, 365 days a year, within the State of California. The contractor shall provide all manpower, equipment, vehicles, fuel, materials and supplies and supervision necessary to perform all tasks. Vehicles shall have appropriate fuel capacity to complete the transport without stopping for refueling, unless making a transport beyond the capability of the fuel tank of the vehicle. The Contractor shall provide oxygen tanks when transporting patients requiring. The VA will notify the Contactor when a patient requires oxygen. The standard oxygen tank volume will be approximately 24 CF. The size and dimensions of the oxygen tank shall fit the vehicle used in transporting the patient. The standard oxygen tank is approximately 26 inches by 4.5 inches in diameter. The contactor’s driver shall assist the patient with the connecting and disconnecting the tubes from the oxygen tank and as needed during transport. The contractor shall store and secure the oxygen tank safely in the vehicle at all times. Place of Performance: VA Northern California Health Care System 10535 Hospital Way Mather, CA 95655 VA Northern California Health Care System 150 Muir Road Martinez, CA 94553 VA Fairfield Outpatient Clinic David Grant Medical Center103 Bodin Circle Travis AFB, Fairfield, CA 94535 McClellan CBOC at McClellan 5342 Dudley Blvd, Bldg 98 McClellan, CA 95652 Redding CBOC 3455 Knighton Road, Redding CA 96002 Redding CBOC 760 Cypress Ave Suite 100 Redding CA 96001 Chico CBOC 1601 Concord Avenue Chico CA 95928 VA CBOC 238 B Hospital Drive Ukiah, CA 95482 Mare Island CBOC Walnut Ave, Bldg, #201 Vallejo, CA 94592 Stockton CBOC 6505 South Manthey Road French Camp CA 95231 Marysville/Yuba CBOC 1231 Plumas Street Yuba City CA 95991 Sierra Foothills VA Outpatient Clinic 11985 Heritage Oak Pl Ste 100 Auburn, CA 95603 Modesto CBOC 1225 Oakdale Road Modesto CA 95355 Sonora CBOC 13663 Mono Way Sonora CA 95370 Period of Performance: The intended period of performance will be for 5 years, which may approximately begin around June 1, 2026. RESPONSE METHOD Responsible vendors are encouraged to submit a response to this sources sought synopsis. Please complete the attached sources sought notice and market research pricing excel sheet. Responses must be emailed to Emily.Trinh@va.gov.
646-20-109 UD Chiller Capacity and Controls Upgrade
This project is being solicited ONLY to contractors that have a Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers.
MUX MAGNETOMETER AY
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT||TBD|SPRMM1|TBD|TBD|TBD|TBD|TBD|TBD|TBD|||||| 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|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The purpose of this amendment is to increase the quantity from 4 ea to 5 ea All other terms and conditions remain unchanged. \ This solicitation is being issued in accordance with Emergency Aquisition Flexibilities (EAF). This procurement requires Higher Level Inspection. 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 MUX MAGNETOMETER AY . 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. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| | | DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The MUX MAGNETOMETER AY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;51435 433D1005-1; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. 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. 3.5 Electrostatic Discharge Control - The Contractor shall comply with the electrostatic discharge control requirements established in ANSI/ESD S20.20, "ESD Association Standard for the Development of an Electrostatic Discharge Control Program for Protection of Electrical and Electronic Parts, Assemblies and Equipment (Excluding Electrically Initiated Explosive Devices)", which superseded MIL-STD-1686C. 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 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. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years 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. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in 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. They may 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 Contract Number, 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 NAVICP-MECH 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 from: Commanding Officer NAVICP-MECH 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.
MUX MAGNETOMETER AY
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT||TBD|SPRMM1|TBD|TBD|TBD|TBD|TBD|TBD|TBD|||||| 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|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This solicitation is being issued in accordance with Emergency Aquisition Flexibilities (EAF). This procurement requires Higher Level Inspection. 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 MUX MAGNETOMETER AY . 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. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| | | DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The MUX MAGNETOMETER AY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;51435 433D1005-1; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. 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. 3.5 Electrostatic Discharge Control - The Contractor shall comply with the electrostatic discharge control requirements established in ANSI/ESD S20.20, "ESD Association Standard for the Development of an Electrostatic Discharge Control Program for Protection of Electrical and Electronic Parts, Assemblies and Equipment (Excluding Electrically Initiated Explosive Devices)", which superseded MIL-STD-1686C. 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 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. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years 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. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in 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. They may 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 Contract Number, 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 NAVICP-MECH 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 from: Commanding Officer NAVICP-MECH 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.
DRIVE UNIT,ANGLE DR
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT||TBD|SPRMM1|TBD|TBD|TBD|TBD|||TBD|||||TBD| 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|332994|1000|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The purpose of this amendment is to extend the delivery date for quotes. 1. Due date is hereby changed from 15 NOV 2025 to 30 DEC 2025. All other terms and conditions remain unchanged. \ The solicitation has been updated to a total of quantity of 7 each. All of the terms and conditions remain the same. This solicitation is being issued in accordance with Emergency Aquisition Flexibilities (EAF). 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/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 electronicsubmittal of Receiving Report and Invoices through PIEE-WAWF. 10. The following website is provided to suppliers to obtain the full text of thttp://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx The following DLA Procurement Notes are applicable to this requirement: E06 Inspection and Acceptance at Source (JUN 2018) DCMA electronic signature for inspections is mandatory prior to shipment, or pSayment will not be issued through Wide Area Work Flow (WAWF). Please include complete the below for clear location inspection information: Source inspection of supplies: CAGE code __________ Final inspection of packaging: CAGE code ____________ DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism is here by applicable. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the DRIVE UNIT,ANGLE DR . 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 DRIVE UNIT,ANGLE DR furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;53711 5544212; 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. 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.
CIRCUIT CARD ASSEMB
CONTACT INFORMATION|4|N7M2.16|BSA|771-229-0493|ETHAN.K.LENTZ.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||TO BE DETERMINED (TBD)|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|SEE SCHEDULE||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| CRITICAL SAFETY ITEM (AUG 2011)|4|ALL ITEMS IN THE SCHEDULE|||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DARO| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334412|750 EMPLOYEES|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| If your company has a Basic Ordering Agreement (BOA) for the items under this solicitation, the following applies to this solicitation and the resultant contract: This solicitation ?resultant order? is issued under and pursuant to the provisions of the Basic Ordering Agreement (BOA). The terms and conditions of the Agreement are hereby incorporated by reference and, except as provided herein by this order, remain in full force and effect. If any conflict arises in the terms of this solicitation ?resultant order? order versus the terms in the BOA, the terms of the BOA shall apply. Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: ________ Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work. Your quote should include the following information: QUOTE AMOUNT AND RTAT - Unit Price:__________ - Total Price:__________ - Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of 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 this contract. Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): ___ Return Material Authorization # (RMA), if applicable:__________ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION - Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as "awardee CAGE": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as "awardee CAGE":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a "reconciliation modification" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CIRCUIT CARD ASSEMB . 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 CIRCUIT CARD ASSEMB repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;53711 7635842; 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. 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. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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 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. 6.3 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.
CIRCUIT CARD ASSEMB
CONTACT INFORMATION|4|N7M2.16|BSA|771-229-0493|ETHAN.K.LENTZ.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||TO BE DETERMINED (TBD)|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|SEE SCHEDULE||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| CRITICAL SAFETY ITEM (AUG 2011)|4|ALL ITEMS IN THE SCHEDULE|||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DARO| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334412|750 EMPLOYEES|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| If your company has a Basic Ordering Agreement (BOA) for the items under this solicitation, the following applies to this solicitation and the resultant contract: This solicitation ?resultant order? is issued under and pursuant to the provisions of the Basic Ordering Agreement (BOA). The terms and conditions of the Agreement are hereby incorporated by reference and, except as provided herein by this order, remain in full force and effect. If any conflict arises in the terms of this solicitation ?resultant order? order versus the terms in the BOA, the terms of the BOA shall apply. Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: ________ Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work. Your quote should include the following information: QUOTE AMOUNT AND RTAT - Unit Price:__________ - Total Price:__________ - Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of 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 this contract. Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): ___ Return Material Authorization # (RMA), if applicable:__________ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION - Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as "awardee CAGE": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as "awardee CAGE":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a "reconciliation modification" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CIRCUIT CARD ASSEMB . 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 CIRCUIT CARD ASSEMB repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;53711 7635842; 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. 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. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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 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. 6.3 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.
MANIFOLD, CHARGING
MANIFOLD,CHARGING
MANIFOLD, CHARGING
MANIFOLD,CHARGING
Netherlands PATRIOT Engineering Change Proposal Upgrades; sole Source to Raytheon
See the following attachments: RFP SPRRA2-26-R-0018_KBOCT29_AP updated ATTACHMENT 0001 PWS- Netherlands ECP Upgrade (NE-B-YBJ) _07232025 Attachment 0002 Netherlands -Del Sch - GFP-GFI-Ancillary - 07162025
Albuquerque Area Indian Health Service Commercial Printing Services
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Albuquerque Area Indian Health Service. This notice is intended strictly for Market Research to determine if a 100% Set Aside for Small Business Indian Firms or if a 100% Set Aside for Small business concerns can fulfill the requirements set forth in this request for information. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (Small Business Indian Firms or Small Business). This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Albuquerque Area Indian Health Service is conducting a market survey to help determine the availability of the following item/service: NAICS Code: 323111 Commercial Printing Description: Commercial Printing, Same Day Print Jobs, etc. Facility Locations: https://www.ihs.gov/albuquerque/healthcarefacilities/ If your business can offer this item/service or a brand name or equal to item, please provide a product brochure and or any other product information to eric.wright@ihs.gov. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.beta.sam.gov at a later date, and all interested parties must respond to the solicitation announcement separately from the responses to this announcement in order to be considered. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate. Please submit all information to Eric K. Wright via e-mail: eric.wright@ihs.gov by December 31, 2024 at 12:00 pm (Mountain Daylight Savings Time). Interested parties are required to be registered and certified in the System for Award Management (SAM) and/or accept VISA credit card payments. Registration may be accomplished at https://www.sam.gov. Responses to this notice should include company name, address, point of contact, DUNS number, size of business pursuant to North American Industrial Classification System (NAICS) and must respond to the following questions: Is your business a Small business Indian Firm? Is your firm a Veteran Owned small business? Certified Service-Disabled Veteran Owned? Is your firm a woman-owned or operated business? Is your business a small business? Interested businesses are required to submit a Statement of Capabilities (SOC) demonstrating: Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract. A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years.
SAF FY25-Brand New Sewage Treatment Contract Base+4 -- J046
SAF FY25-Brand New Sewage Treatment Contract Base+4 -- J046 SAF FY25-Brand New Sewage Treatment Contract Base+4 FY25 POP: From Date of Award through one Year SAF FY25-Brand New Sewage Treatment Contract Base+4 FY25 POP: From Date of Award through one Year
SAF FY25-Brand New Sewage Treatment Contract Base+4 -- J046
SAF FY25-Brand New Sewage Treatment Contract Base+4 -- J046 SAF FY25-Brand New Sewage Treatment Contract Base+4 FY25 POP: From Date of Award through one Year SAF FY25-Brand New Sewage Treatment Contract Base+4 FY25 POP: From Date of Award through one Year
DAF MWR Gaming League Sponsorship Support
*This is a solicitation for commercial sponsorship by a Nonappropriated Fund Instrumentality of the United States Government. It does not obligate appropriated funds or nonappropriated funds of the Government.* The United States Air Force is seeking sponsorship support for the Morale, Welfare and Recreational (MWR) aspects of it's E Gaming initiative aimed at engaging the community, ehnahcing recruitment efforts, and promoting Air Force values through competitive and recreational gaming events. This sponsorship opportunity offers a unque platform for sponsors to align with an innovative, dynamic, tech-savvy audience. Please refer to the attached solicitation pacage for specifics.
Furniture restoration
Please note this solicitation is not ready to be issued as of this date. The Embassy of the United States in Argentina will launch the solicitation on the SAM.gov website when it is available. The requirement is for Furniture restoration All responsible sources may submit a quotation, which will be considered. The Government may award the contract based on the initial offer without discussion. The resultant contract will be a firm fixed price type contract. The Government is planning a pre-quotation conference and the date for this conference will be in the solicitation. All contractors must be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to submitting an offer pursuant to FAR provision 52.204-7. Therefore, prospective offerors are encouraged to register prior to the submittal of quotations/proposals. This opportunity is subject to 52.229-12 - Tax on Certain Foreign Procurements (FEB 2021) Electronic Submission/Responses: This opportunity allows for electronic responses. Please submit your offer prior to the response date and time. Please ensure your email with your offer does not exceed (30 MB), if it does then you might have to send more than one email.
F16_INTERFACE_UNIT_PN16E4023_5NSN5895013544287
SECTION A: ITEM INFORMATION 1. National Stock Number (NSN): 5895-01-354-4287 2. Part Number (P/N): 16E4023-5 3. Noun: INTERFACE UNIT,COMM 4. Application: F-16 5. Expendability, Recoverability, Reparability Category (ERRC) Code: T 6. North American Industry Classification System (NAICS) Code: 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing 7. Spares or Repair: Spares
Bulk Internet Data Service VIA FIBEROPTIC FACILITIES at U.S. Embassy JAKARTA
This solicitation is not ready to be issued as of this date. The Embassy of the United States in Jakarta, Indonesia, will release a solicitation for internet service dedicated line via Fiber Optic Facility. The Government plans to issue the solicitation in early December 2025. The quotation due date will be set forth in the solicitation. The Government intends to award a contract/purchase order resulting from this solicitation to the responsible contractor whose quotation conforms to the solicitation and represents the best value to the Government, price and other factors considered utilizing FAR 13 Comparative Evaluation. The Government may award the contract/purchase order based on the initial offer without discussion. The resultant contract/purchase order will be firm fixed price. All contractors shall be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to contract award pursuant to FAR provision 52.204-7. Therefore, prospective offerors are required to register prior to the submittal of offers. If you are not already registered, please start the registration process as soon as possible after reading this notice. Electronic Submission/Responses: This opportunity allows for electronic responses. Please submit your offer via email to JakartaPCUbidding@state.gov prior to the response date and time. It is important to make sure the submission is made in specific size and format; in MS-Word or Adobe Acrobat (pdf) file format. The file size must not exceed 30MB.
Maintenance and Repair of Fire Control Center Systems - USAG Ansbach
This posting is strictly a pre-solicitation notice. The Regional Contracting Office - Bavaria intends to issue a solicitation for Maintenance and Repair of Fire Control Center, USAG Ansbach. A Requirements Type Contract with Firm Fixed Price (FFP), Time and Material (T&M) and Labor Hour (LH) CLINs will be awarded. This requirement will utilize low price technically acceptable evaluation factors in determining the successful offer. The Government anticipates posting the solicitation to the sam.gov website in December 2024. All amendments to the solicitation will be posted to this website. Contractors are cautioned to check the website periodically for amendments. Solicitation mailing lists will not be compiled and the RPA and amendments will not be sent out in paper copy. All documentation can and must be downloaded from the website above. All contractors must be registered in the System for Award Management (SAM at www.sam.gov) to be eligible for contract award. Faxed offers or amendments will not be accepted. All dates are subject to change without notice. This pre-solicitation is a non-personal services contract to provide maintenance, repair and emergency repair services of the Fire Control Centers within USAG Ansbach in the Federal republic of Germany, State of Bavaria. The Government will not exercise any supervision or control over the contract service providers. The Contractor shall perform to the standards specified in this Performance Work Statement (PWS). The PWS and all associated documentation will be provided when the solicitation is posted to the sam.gov website. This posting is strictly a pre-solicitation notice.
6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
End of Document.
US GOVERNMENT SEEKS SOURCES FOR LEASED RETAIL AND RELATED SPACE
The U.S. Government currently occupies office and related space in a shopping center/building under lease in Richardson, Texas, which will be expiring. The Government is considering alternative space if economically advantageous and is seeking to lease between minimum 6,900 SF and maximum 7,000 SF gross square feet of existing Class A or B retail space, in Richardson, Texas, in or around the 75081 zip code area. In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government’s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure and non-productive agency downtime. The ideal space would fit the following: building specifications in compliance with all federal, state and local ordinances; force protection standards in compliance with Department of Defense’s Unified Facility Criteria; outfitted with either designated or open parking. An initial fully serviced five-year lease is intended. Offered space shall not be in the 100-year flood plain and must be ready for occupancy by 7 February 2026. Expressions of interest should include the following: - Building name and address - Floor plan drawing - Digital photo of street view of property - Area (BOMA rentable square feet & BOMA usable square feet) - Rental rate per square foot rentable space (base + NNN) - Common area factor(s) for available space, if applicable Interested parties may contact: Anna Cleveland at US Army Corps of Engineers, ATTN: CESWF-RE-A, 819 Taylor Street, Rm 2A06, Fort Worth, TX 76102-0300; 817-886-1261; or anna.s.cleveland@usace.army.mil, no later than 31 December 2025.
Z1DA--Construct Mobile Imaging Pad 540-24-104 Clarksburg, WV VAMC
Construct Mobile Imaging Pad 540-24-104
J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
SEE ATTACHMENT(S)
31--CYLINDER,HOIST
CONTACT INFORMATION|4|N744.4|ER8|EMAIL ONLY|JAMES.E.LEWIS5@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|RECEIVING REPORT AND INVOICE COMBO|NA|TBD|N00104|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4||||| 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 (MAY 2024)|13|332991|1250|||||||||||| TYPE OF CONTRACT (APR 1984)|1|FFP| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| THE PURPOSE OF THIS AMENDMENT IS TO REOPEN THE RFQ UNTIL 31 DECEMBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to this 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. In accordance with DFAR 217.7301, Contractors shall identify their sources of supply in contracts for supplies. If the item currently being procured is a non-value added item, please provide: Actual Manufacturer: Cage Code: Address: Delivery Lead Time: __________________________ If incremental deliveries are possible, please provide a proposed schedule to include specific delivery times for all units. Offer valid for ___________________ days. Please provide email address for follow-up communications_______________________________________. Packaging location if different than Offeror: Name/Cage ___________________________________________ Address______________________________________________ NOTICE TO CONTRACTOR'S PROVIDING SURPLUS MATERIAL: A surplus material certificate and label MUST accompany your quotation for surplus/new surplus/new manufactured surplus material. ALL surplus material MUST have traceability back to a Government contract in order to be consideredfor award. Without this information we are unable to determine when the Government purchased and inspected the item and therefore, we cannot be assured of technical acceptability. If submitting your quotation via EDI, a faxed or email copy of the surplus certificate, along with a photo of the box and label MUST be sent to the buyerASAP. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. IF QUOTING AS A DISTRIBUTOR OR DEALER TO THE OEM, PLEASE SUBMIT FULL TRACEABILITY BACK TO THE OEM WITH YOUR QUOTE. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CYLINDER,HOIST . 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. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| | | DOCUMENT REF DATA=MIL-STD-130 | | |M |051202|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CYLINDER,HOIST furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;34228 D1218632; 3.2 Source Control Item - Previous delivery of the specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item previously approved by the Government have been solicited. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualificatin to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. 3.3 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.4 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. 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. 3.5 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 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. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years 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. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in 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. They may 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 Contract Number, 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 NAVICP-MECH 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 from: Commanding Officer NAVICP-MECH 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.
31--CYLINDER,HOIST
CONTACT INFORMATION|4|N744.4|ER8|EMAIL ONLY|JAMES.E.LEWIS5@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|RECEIVING REPORT AND INVOICE COMBO|NA|TBD|N00104|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4||||| 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 (MAY 2024)|13|332991|1250|||||||||||| TYPE OF CONTRACT (APR 1984)|1|FFP| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to this 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. In accordance with DFAR 217.7301, Contractors shall identify their sources of supply in contracts for supplies. If the item currently being procured is a non-value added item, please provide: Actual Manufacturer: Cage Code: Address: Delivery Lead Time: __________________________ If incremental deliveries are possible, please provide a proposed schedule to include specific delivery times for all units. Offer valid for ___________________ days. Please provide email address for follow-up communications_______________________________________. Packaging location if different than Offeror: Name/Cage ___________________________________________ Address______________________________________________ NOTICE TO CONTRACTOR'S PROVIDING SURPLUS MATERIAL: A surplus material certificate and label MUST accompany your quotation for surplus/new surplus/new manufactured surplus material. ALL surplus material MUST have traceability back to a Government contract in order to be consideredfor award. Without this information we are unable to determine when the Government purchased and inspected the item and therefore, we cannot be assured of technical acceptability. If submitting your quotation via EDI, a faxed or email copy of the surplus certificate, along with a photo of the box and label MUST be sent to the buyerASAP. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. IF QUOTING AS A DISTRIBUTOR OR DEALER TO THE OEM, PLEASE SUBMIT FULL TRACEABILITY BACK TO THE OEM WITH YOUR QUOTE. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CYLINDER,HOIST . 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. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| | | DOCUMENT REF DATA=MIL-STD-130 | | |M |051202|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CYLINDER,HOIST furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;34228 D1218632; 3.2 Source Control Item - Previous delivery of the specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier as a Government approved source. Only those sources for this item previously approved by the Government have been solicited. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source. If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualificatin to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements. 3.3 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.4 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. 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. 3.5 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 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. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years 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. A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in 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. They may 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 Contract Number, 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 NAVICP-MECH 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 from: Commanding Officer NAVICP-MECH 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.
31--CYLINDER,HOIST
NSN 7G-3120-014856706, TDP VER 004, REF NR D1218632, QTY 13 EA, DELIVERY FOB ORIGIN. 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. 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. 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.
48--VALVE,GLOBE
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||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|251 EA|365|0001AB|95 EA|365|||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| 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 | NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| 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||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|One|0001AC|210|Receiving Officer Portsmouth Naval Shipyard, Building 240, Code 270.4(207-438-5898) Kittery Maine, 03904|30|X|| PROGRESS PAYMENTS (NOV 2021)|4||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| LIST OF SOLICITATION ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|firm fixed price| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| DD1423 Data Item A001 may be waived if already on file at NAVSUP WSS Mechanicsburg. Submit your QA manual along with the proposal IAW RFP requirements. NECO quotes are not authorized under this RFP. Any contract awarded as a result of this solicitation will be DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). This solicitation requires First Article Testing. See FAR 52.209-4 First Article Approval - Government Testing for more details. If drawings are included in the solicitation, access needs to berequested on the individual solicitation page on Contracts Opportunities on the Government's SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=1385620 |80064| M| |D|0001 | |49998|0333895 DRAWING DATA=1385620 |80064| M| |D|0002 | L|49998|0859045 DRAWING DATA=1385620 |80064| M| |D|0003 | L|49998|0664580 DRAWING DATA=2177525 |80064|AA| |D|0001 | |49998|2015501 DRAWING DATA=2177525 |80064|AA| |D|0002 | V|49998|0117246 DRAWING DATA=2177525 |80064|AA| |D|0003 | V|49998|0127462 DRAWING DATA=2177525 |80064|AA| |D|0004 | V|49998|0134518 DRAWING DATA=2177525 |80064|AA| |D|0005 | V|49998|0070658 DRAWING DATA=2177525 |80064|AA| |D|0006 | V|49998|0048879 DRAWING DATA=2177525 |80064|AA| |D|0007 | V|49998|0061080 DRAWING DATA=2177525 |80064|AA| |D|0008 | V|49998|0066124 DRAWING DATA=2177525 |80064|AA| |D|0009 | V|49998|0058959 DRAWING DATA=2177525 |80064|AA| |D|0010 | V|49998|0077067 DRAWING DATA=2177525 |80064|AA| |D|0011 | V|49998|0040913 DRAWING DATA=2177525 |80064|AA| |D|0012 | V|49998|0080391 DRAWING DATA=2177525 |80064|AA| |D|0013 | V|49998|0082453 DRAWING DATA=2177525 |80064|AA| |D|0014 | V|49998|0069173 DRAWING DATA=2177525 |80064|AA| |D|0015 | V|49998|0050914 DRAWING DATA=2177525 |80064|AA| |D|0016 | V|49998|0063926 DRAWING DATA=2177525 |80064|AA| |D|0017 | V|49998|0073394 DRAWING DATA=2177525 |80064|AA| |D|0018 | V|49998|0103023 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=QQ-N-281 | | |D |851023|A| 2| | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-B564 | | | |191101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|A| |01| 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=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;Complete 1 inch, 900 PSI steam, in-line stop globe valve with backseat must be in accordance with NAVSHIPS Drawing 803-2177525, assembly 803-2177525-M5A1AF, except as amplified or modified herein.; 3.2 ;General Note 5.T of NAVSHIPS Drawing 803-2177525 does not apply.; 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 1 and Bonnet, Piece 86; Material - ;Forged Monel per QQ-N-281, Class A, Annealed, Hot Finished or ASTM-B564 UNS N04400, Annealed and meeting the requirements of General Note 4.Q; Part - ;Stem, Piece 79; Material - ;QQ-N-286, Cold Drawn, Annealed and Age Hardened, and meeting the requirements of General Notes 4.B.3, 5.W, and 4.Q; Part - ;Body Stud Nuts, Piece 12; Material - ;MIL-DTL-1222, Type III, Grade 400 (QQ-N-281, Class A) or Grade 405 (QQ-N-281, Class B) and meeting the requirements of General Note 4.Q; Part - ;Body Studs, Piece 11; Material - ;MIL-DTL-1222, Grade 500 (QQ-N-286), Annealed and Age Hardened and meeting the requirements of General Note 4.Q; 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 is still required, but certifications are only required as listed below. Test - ;Dye Penetrant Inspection; Item - ;All Hardfaced Surfaces; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - ;Liquid Penetrant Inspection; Item - ;Body Studs, Piece 11 and Body Stud Nuts, Piece 12; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection; Item - ;Stem, Piece 79 (after fabrication/machining); Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 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 Attribute - Annealing and Age Hardening Item - ;Stem, Piece 79 and Body Studs, Piece 11; Performance - QQ-N-286 Test - Non-Destructive Tests Item - ;Weld Repair (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification Test - Pressure Tests Item - Each Assembly Performance - ;General Note 1 of Drawing 2177525; Acceptance - ;General Note 1 of Drawing 2177525; 3.5 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.6 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.6.1 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. 3.6.2 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. 3.7 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.) 3.7.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.7.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.8 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 3.9 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. 3.10 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.10.1 ;The Supplemental Preproduction test requirements of General Note 7.O of Drawing 2177525 are required on Stop, Throttle, and Stop Check Valves for suppliers who qualified to revision N or earlier of Drawing 2177525.; 3.11 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing, personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Repair welding is not permitted on ;QQ-N-286 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.12 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.13 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. 3.13.1 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. 3.13.2 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. 3.13.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.14 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/ 3.15 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 887055431X; ) 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. 3.16 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. 3.16.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. 3.17 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. 3.18 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. 3.18.1 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. 3.18.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.18.3 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. 3.19 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.20 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. 3.21 See CDRLs DI-MISC-80875 (welding procedures) and DI-MISC-80876 (weld procedure qualification data) - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. 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. 3.21.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.21.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. "WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC." WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ.") 3.21.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.21.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.21.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.21.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.21.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.21.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.21.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.21.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.21.11 See CDRL DI-MISC-80678 (Consumed Weld Metal) - A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.21.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.22 See CDRL DI-NDTI-80809 (First Article Testing) - First Article Test/Inspection (Contractor) - The Contractor must conduct ;non-destructive; First Article Test/Inspection on ;one; unit(s) in accordance with requirements ;per General Note 7 of NAVSHIPS Drawing 803-2177525; . 3.23 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. 3.23.1 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. 3.23.2 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. 3.23.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.23.4 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. 3.23.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.24 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.24.1 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. 3.24.2 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. 3.25 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Gov...
Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
TITLE: INTAKE GATE REPLACEMENT - UNIT 3PROJECT LOCATION: TABLE ROCK POWERHOUSE, TANEY COUNTY MISSOURIMAGNITUDE OF CONSTRUCTION: BETWEEN $1,000,000 AND $5,000,000THIS SOLICITATION IS ADVERTISED AS A TOTAL SMALL BUSINESS SET ASIDE. THE NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE IS 332312, FABRICATED STRUCTURAL METAL MANUFACTURING. THE SMALL BUSINESS ADMINISTRATION (SBA) SIZE STANDARD IS 500 EMPLOYEES. SITE VISIT: AN ORGANIZED SITE VISIT WILL BE HELD ON 4 NOVEMBER 2025 AT 10:00 AM CST AT TABLE ROCK POWERHOUSE. SEE CLAUSE 52.236-27 ALT 1 FOR COMPLETE DETAILS. BIDDER INQUIRY: A REQUEST FOR INFORMATION (RFI) REVIEW HAS BEEN SET UP AT WWW.PROJNET.ORG FOR THIS SOLICITATION. THE INQUIRY KEY IS JUFE2X-HXPMHW. THE RFI SUBMISSION PERIOD IS OPEN FROM 24 OCTOBER 2025 THROUGH 11 NOVEMBER 2025.
48--VALVE,GLOBE
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||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|251 EA|365|0001AB|95 EA|365|||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| 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 | NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| 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||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|One|0001AC|210|Receiving Officer Portsmouth Naval Shipyard, Building 240, Code 270.4(207-438-5898) Kittery Maine, 03904|30|X|| PROGRESS PAYMENTS (NOV 2021)|4||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| LIST OF SOLICITATION ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|firm fixed price| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| DD1423 Data Item A001 may be waived if already on file at NAVSUP WSS Mechanicsburg. Submit your QA manual along with the proposal IAW RFP requirements. NECO quotes are not authorized under this RFP. Any contract awarded as a result of this solicitation will be DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). This solicitation requires First Article Testing. See FAR 52.209-4 First Article Approval - Government Testing for more details. If drawings are included in the solicitation, access needs to berequested on the individual solicitation page on Contracts Opportunities on the Government's SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=1385620 |80064| M| |D|0001 | |49998|0333895 DRAWING DATA=1385620 |80064| M| |D|0002 | L|49998|0859045 DRAWING DATA=1385620 |80064| M| |D|0003 | L|49998|0664580 DRAWING DATA=2177525 |80064|AA| |D|0001 | |49998|2015501 DRAWING DATA=2177525 |80064|AA| |D|0002 | V|49998|0117246 DRAWING DATA=2177525 |80064|AA| |D|0003 | V|49998|0127462 DRAWING DATA=2177525 |80064|AA| |D|0004 | V|49998|0134518 DRAWING DATA=2177525 |80064|AA| |D|0005 | V|49998|0070658 DRAWING DATA=2177525 |80064|AA| |D|0006 | V|49998|0048879 DRAWING DATA=2177525 |80064|AA| |D|0007 | V|49998|0061080 DRAWING DATA=2177525 |80064|AA| |D|0008 | V|49998|0066124 DRAWING DATA=2177525 |80064|AA| |D|0009 | V|49998|0058959 DRAWING DATA=2177525 |80064|AA| |D|0010 | V|49998|0077067 DRAWING DATA=2177525 |80064|AA| |D|0011 | V|49998|0040913 DRAWING DATA=2177525 |80064|AA| |D|0012 | V|49998|0080391 DRAWING DATA=2177525 |80064|AA| |D|0013 | V|49998|0082453 DRAWING DATA=2177525 |80064|AA| |D|0014 | V|49998|0069173 DRAWING DATA=2177525 |80064|AA| |D|0015 | V|49998|0050914 DRAWING DATA=2177525 |80064|AA| |D|0016 | V|49998|0063926 DRAWING DATA=2177525 |80064|AA| |D|0017 | V|49998|0073394 DRAWING DATA=2177525 |80064|AA| |D|0018 | V|49998|0103023 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=QQ-N-281 | | |D |851023|A| 2| | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=ASTM-B564 | | | |191101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|A| |01| 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=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;Complete 1 inch, 900 PSI steam, in-line stop globe valve with backseat must be in accordance with NAVSHIPS Drawing 803-2177525, assembly 803-2177525-M5A1AF, except as amplified or modified herein.; 3.2 ;General Note 5.T of NAVSHIPS Drawing 803-2177525 does not apply.; 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 1 and Bonnet, Piece 86; Material - ;Forged Monel per QQ-N-281, Class A, Annealed, Hot Finished or ASTM-B564 UNS N04400, Annealed and meeting the requirements of General Note 4.Q; Part - ;Stem, Piece 79; Material - ;QQ-N-286, Cold Drawn, Annealed and Age Hardened, and meeting the requirements of General Notes 4.B.3, 5.W, and 4.Q; Part - ;Body Stud Nuts, Piece 12; Material - ;MIL-DTL-1222, Type III, Grade 400 (QQ-N-281, Class A) or Grade 405 (QQ-N-281, Class B) and meeting the requirements of General Note 4.Q; Part - ;Body Studs, Piece 11; Material - ;MIL-DTL-1222, Grade 500 (QQ-N-286), Annealed and Age Hardened and meeting the requirements of General Note 4.Q; 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 is still required, but certifications are only required as listed below. Test - ;Dye Penetrant Inspection; Item - ;All Hardfaced Surfaces; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - ;Liquid Penetrant Inspection; Item - ;Body Studs, Piece 11 and Body Stud Nuts, Piece 12; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection; Item - ;Stem, Piece 79 (after fabrication/machining); Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 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 Attribute - Annealing and Age Hardening Item - ;Stem, Piece 79 and Body Studs, Piece 11; Performance - QQ-N-286 Test - Non-Destructive Tests Item - ;Weld Repair (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification Test - Pressure Tests Item - Each Assembly Performance - ;General Note 1 of Drawing 2177525; Acceptance - ;General Note 1 of Drawing 2177525; 3.5 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.6 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.6.1 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. 3.6.2 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. 3.7 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.) 3.7.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.7.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.8 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 3.9 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. 3.10 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.10.1 ;The Supplemental Preproduction test requirements of General Note 7.O of Drawing 2177525 are required on Stop, Throttle, and Stop Check Valves for suppliers who qualified to revision N or earlier of Drawing 2177525.; 3.11 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing, personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Repair welding is not permitted on ;QQ-N-286 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.12 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.13 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. 3.13.1 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. 3.13.2 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. 3.13.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.14 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/ 3.15 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 887055431X; ) 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. 3.16 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. 3.16.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. 3.17 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. 3.18 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. 3.18.1 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. 3.18.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.18.3 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. 3.19 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.20 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. 3.21 See CDRLs DI-MISC-80875 (welding procedures) and DI-MISC-80876 (weld procedure qualification data) - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. 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. 3.21.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.21.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. "WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC." WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ.") 3.21.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.21.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.21.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.21.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.21.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.21.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.21.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.21.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.21.11 See CDRL DI-MISC-80678 (Consumed Weld Metal) - A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.21.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.22 See CDRL DI-NDTI-80809 (First Article Testing) - First Article Test/Inspection (Contractor) - The Contractor must conduct ;non-destructive; First Article Test/Inspection on ;one; unit(s) in accordance with requirements ;per General Note 7 of NAVSHIPS Drawing 803-2177525; . 3.23 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. 3.23.1 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. 3.23.2 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. 3.23.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.23.4 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. 3.23.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.24 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.24.1 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. 3.24.2 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. 3.25 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Gov...
5995-011164246; 05A HELICOPTER, CHINOOK, CH-47; 17N AIRCRAFT, HAWKEYE E-2C; B4N ADVANCE HAWK EYE; BPN AIRCRAFT, C-2A (REPROCURED); C2N MH60S HELICOPTER-MH-60S – FMS; EEN E2/C2 ALL SERIES; YLN HELICOPTER, SEAHAWK, H-60
The unrestricted solicitation will be issued under PR number 1000196147 to establish an Indefinite Quantity Contract (IQC). NAICS 334419 NSN: 5995-011164246, CABLE ASSEMBLY, SPECIAL PURPOSE, ELECTRICAL; CRITICAL; HIGHER LEVEL; CRITICAL SAFETY ITEM Approved Sources: NORTHROP GRUMMAN SYSTEMS CORPORATION (26512) P/N 35302-176 NORTHROP GRUMMAN SYSTEMS CORPORATION (61174) P/N 35302-176 NORTHROP GRUMMAN SYSTEMS CORPORATION (70974) P/N 35302-176 KIDDE TECHNOLOGIES INC. (73168) P/N 35302-176 NORTHROP GRUMMAN TECHNICAL SERVICES, (59U82) P/N 35302-176 NORTHROP GRUMMAN SYSTEMS CORPORATION (79RG9) P/N 35302-176 LEONARDO SPA HELICOPTERS DIVISION (A0126) P/N 35302-176 Required delivery is 186 days. Stock delivery locations will be to any facility in the Continental United States as cited on each delivery. Pricing will be evaluated on the Estimated Annual Demand (EAD) – 190 each. The Guaranteed Minimum will be cited in the solicitation. This is a 5-year base period without an option. FOB Origin and Inspection/Acceptance Origin for DLA Direct. Solicitation scheduled release date is tentatively 31 Dec 2024. Electronic (DIBBS) Proposals are to be submitted in accordance with FAR 15.208 and notify/cc the Acquisition Specialist. A copy of the solicitation will be available via the BSM Internet Bid Board System (DIBBS) Homepage. Select "Request for Proposal (RFP)" under the Solicitations heading. Then 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.
Albuquerque Area Indian Health Service Commercial Printing Services
Posting# AAIHS_Commericial_Printing_Services is a continuous sources sought notice for Native American owned small business commercial printing services for the Albuquerque Area Indian Health Service Government Commercial Purchase Card (GCPC) program. Intention of this sources sought notice is for informational and planning purposes and shall not be construed as a solicitation, an obligation or commitment by the Albuquerque Area Indian Health Service. Information from this sources sought will be used for commercial printing services under the Government Commercial Purchase Card (GCPC). The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (Small Business Indian Firms or Small Business). This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Albuquerque Area Indian Health Service is conducting a market survey to help determine the availability of the following item/service: NAICS Code: 323111 Commercial Printing Services Description: Commercial Printing, Same Day Print Jobs, etc. Facility Locations: https://www.ihs.gov/albuquerque/healthcarefacilities/ If your business can offer this item/service or a brand name or equal to item, please provide a product brochure and or any other product information to eric.wright@ihs.gov. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on sam.gov and all interested parties must respond to the solicitation announcement separately from the responses to this announcement in order to be considered. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate. Please submit all information to Eric K. Wright via e-mail: eric.wright@ihs.gov by December 31, 2025 at 12:00 pm. Interested parties are required to be registered and certified in the System for Award Management (SAM) and/or accept VISA credit card payments. Registration may be accomplished at https://www.sam.gov. Responses to this notice should include company name, address, point of contact, DUNS number, size of business pursuant to North American Industrial Classification System (NAICS) and must respond to the following questions: Is your business a Small business Indian Firm? Is your firm a Veteran Owned small business? Certified Service-Disabled Veteran Owned? Is your firm a woman-owned or operated business? Is your business a small business? Interested businesses are required to submit a Statement of Capabilities (SOC) demonstrating: Ability to manage the services, description of past performance on previous contracts, dollar value of each contract, number of employees for each, the types and range of skills of employees for each, and point of contact and telephone number of the contracting activity for each contract. A capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years.
AUTONOMOUS DELIVERY OF PRECISION NEUTRALIZATION OF EXPLOSIVE HAZARDS
This Broad Agency Announcement (BAA), which sets forth by the U.S. Army’s Joint Program Executive Office Armament and Ammunition (JPEO A&A), Office of the Project Manager Close Combat Systems (PM CCS), Picatinny Arsenal, New Jersey, is issued under the paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of white papers. White papers submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provision of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. Proposals and white papers shall be evaluated only if they contain all technical requirements, and show a functioning system that can achieve the requirement set forth by the PM CCS. White papers that do not fully meet the requirements set forth in this BAA will not be considered for award. In order to conserve valuable offeror and Government resources, and to facilitate determining whether a white paper meets the guidelines described herein, prospective offerors contemplating submission of a white paper are strongly encouraged to talk with the Ground Obstacle Breaching Lane Neutralizer (GOBLN) Team during the Industry Day, 4-5 March, held at the Courtyard Rockaway – Mt. Arlington, 15 Howard Blvd, Mt. Arlington, NJ 07856, or reach out to the GOBLN Team POC listed below, before submitting a white paper. Note, March 4th will primarily be briefs with the potential for optional one-on-ones with the GOBLN Team, and March 5th will be the primary day for optional one-on-ones with the GOBLN Team. If an offeror elects to submit a white paper, it shall be prepared in accordance with the instructions contained in PART II of this document. Upon receipt of a white paper, it will be evaluated, and the offeror shall be advised of the evaluation results. Offerors whose white papers receive a favorable evaluation may be contacted to prepare a complete proposal in accordance with instructions contained in PART III, Section 3 of this document. The costs of a white paper preparation in response to this BAA is not considered as an allowable direct charge to any award resulting from this BAA, or any other award. It may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors submitting proposals are cautioned that only a Contracting, Agreements, or Grants Officer may obligate the Government to any agreement involving expenditure of Government funds. Administrative enquires regarding this BAA shall be addressed in writing via email to the Contract Specialist, Procurement Office Point of Contact, Jacqueline Smith: Email: jacqueline.m.smith95.civ@army.mil Address: ACC-NJ Attn: Jacqueline Smith, Bldg. 9, ACC-NJ-ET Picatinny Arsenal, NJ 07806-5000 Technical questions should be referred to the GOBLN Team Point of Contact (TPOC), PM CCS, MAJ Cameron Fulford: Email: Cameron.w.fulford.mil@army.mil Address: U.S. Army, Office of the Project Manager Close Combat Systems Attn: MAJ Cameron Fulford, Demolitions and Countermeasures, SFAE-AA-CCS Bldg. 183, Buffington Road Picatinny Arsenal, NJ 07806-5000 (862) 399-6000 This BAA is available on the following websites: https://piee.eb.mil/ This BAA is a continuously open announcement valid throughout the period from the date of issuance through the expiration date stated on the cover page of this BAA unless announced otherwise. PM CCS is seeking to award an initial contract(s) by 31 August 2025. This date is being driven based on a white paper submission of 16 April 2025. However, any proposals and white papers submitted prior to this BAA expiration date that are for development directed toward advancing the knowledge and understanding within PM CCS will be accepted for evaluation and potential secondary contract(s) award. Amendments to this BAA shall be posted to the Procurement Integrated Enterprise Environment web site (https://piee.eb.mil/) and published at the above websites when they occur. Interested parties are encouraged to periodically check these websites for updates and amendments
AUTONOMOUS DELIVERY OF PRECISION NEUTRALIZATION OF EXPLOSIVE HAZARDS
This Broad Agency Announcement (BAA), which sets forth by the U.S. Army’s Joint Program Executive Office Armament and Ammunition (JPEO A&A), Office of the Project Manager Close Combat Systems (PM CCS), Picatinny Arsenal, New Jersey, is issued under the paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of white papers. White papers submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provision of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. Proposals and white papers shall be evaluated only if they contain all technical requirements, and show a functioning system that can achieve the requirement set forth by the PM CCS. White papers that do not fully meet the requirements set forth in this BAA will not be considered for award. In order to conserve valuable offeror and Government resources, and to facilitate determining whether a white paper meets the guidelines described herein, prospective offerors contemplating submission of a white paper are strongly encouraged to talk with the Ground Obstacle Breaching Lane Neutralizer (GOBLN) Team during the Industry Day, 4-5 March, held at the Courtyard Rockaway – Mt. Arlington, 15 Howard Blvd, Mt. Arlington, NJ 07856, or reach out to the GOBLN Team POC listed below, before submitting a white paper. Note, March 4th will primarily be briefs with the potential for optional one-on-ones with the GOBLN Team, and March 5th will be the primary day for optional one-on-ones with the GOBLN Team. If an offeror elects to submit a white paper, it shall be prepared in accordance with the instructions contained in PART II of this document. Upon receipt of a white paper, it will be evaluated, and the offeror shall be advised of the evaluation results. Offerors whose white papers receive a favorable evaluation may be contacted to prepare a complete proposal in accordance with instructions contained in PART III, Section 3 of this document. The costs of a white paper preparation in response to this BAA is not considered as an allowable direct charge to any award resulting from this BAA, or any other award. It may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Offerors submitting proposals are cautioned that only a Contracting, Agreements, or Grants Officer may obligate the Government to any agreement involving expenditure of Government funds. Administrative enquires regarding this BAA shall be addressed in writing via email to the Contract Specialist, Procurement Office Point of Contact, Jacqueline Smith: Email: jacqueline.m.smith95.civ@army.mil Address: ACC-NJ Attn: Jacqueline Smith, Bldg. 9, ACC-NJ-ET Picatinny Arsenal, NJ 07806-5000 Technical questions should be referred to the GOBLN Team Point of Contact (TPOC), PM CCS, MAJ Cameron Fulford: Email: Cameron.w.fulford.mil@mail.mil Address: U.S. Army, Office of the Project Manager Close Combat Systems Attn: MAJ Cameron Fulford, Demolitions and Countermeasures, SFAE-AA-CCS Bldg. 183, Buffington Road Picatinny Arsenal, NJ 07806-5000 (862) 399-6000 This BAA is available on the following websites: https://piee.eb.mil/ This BAA is a continuously open announcement valid throughout the period from the date of issuance through the expiration date stated on the cover page of this BAA unless announced otherwise. PM CCS is seeking to award an initial contract(s) by 31 July 2025. This date is being driven based on a white paper submission of 16 April 2025. However, any proposals and white papers submitted prior to this BAA expiration date that are for development directed toward advancing the knowledge and understanding within PM CCS will be accepted for evaluation and potential secondary contract(s) award. Amendments to this BAA shall be posted to the Procurement Integrated Enterprise Environment web site (https://piee.eb.mil/) and published at the above websites when they occur. Interested parties are encouraged to periodically check these websites for updates and amendments