Federal Contract Opportunities
Showing 301-350 of 1,805 opportunities
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
4/9/2025 Update: Amendment 0004 updates the quantity requirements within Section B, replacing C16.23 FUEL, NAVAL DISTILLATE (F-76) (DLA ENERGY FEBRUARY 2024) and provide offerors an updated Tab 09 Att 8 - Equal Value Exchanges of Fuel. 3/17/2025 Update: Amendment 0003 updates the naming of previously published amendments 0001 and 0002. Removes and replaces FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2024) with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025). Incorporates Class Deviation 2025-O0003 - Merit-Based Opportunity in Federal Contracts, which requires changes in Section I, and Section K - Tab 09 Att 6 - Solicitation Fill-Ins of the solicitation. Incorporates Class Deviation 2025-O0004 - Revocation of Executive Order on Sustainability, which requires changes in Section I of the solicitation. 03/05/2025 Update: Amendment 0002 updates FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Section M – Evaluation Factors for Award, it provides offerors with an updated version of Tab 09 Att 8 -Equal Value Exchanges of Fuel, and updates block 6 of the solicitation’s SF1449. 01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
3/17/2025 Update: Amendment 0003 updates the naming of previously published amendments 0001 and 0002. Removes and replaces FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2024) with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025). Incorporates Class Deviation 2025-O0003 - Merit-Based Opportunity in Federal Contracts, which requires changes in Section I, and Section K - Tab 09 Att 6 - Solicitation Fill-Ins of the solicitation. Incorporates Class Deviation 2025-O0004 - Revocation of Executive Order on Sustainability, which requires changes in Section I of the solicitation. 03/05/2025 Update: Amendment 0002 updates FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Section M – Evaluation Factors for Award, it provides offerors with an updated version of Tab 09 Att 8 -Equal Value Exchanges of Fuel, and updates block 6 of the solicitation’s SF1449. 01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
03/05/2025 Update: Amendment 0002 updates FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Section M – Evaluation Factors for Award, it provides offerors with an updated version of Tab 09 Att 8 -Equal Value Exchanges of Fuel, and updates block 6 of the solicitation’s SF1449. 01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
5/1/2025 Update: Amendment 0005 Incorporates delivery schedule updates to line item 0029 under Section B – Supplies or Services and Prices or Costs. 4/9/2025 Update: Amendment 0004 updates the quantity requirements within Section B, replacing C16.23 FUEL, NAVAL DISTILLATE (F-76) (DLA ENERGY FEBRUARY 2024) and provide offerors an updated Tab 09 Att 8 - Equal Value Exchanges of Fuel. 3/17/2025 Update: Amendment 0003 updates the naming of previously published amendments 0001 and 0002. Removes and replaces FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2024) with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (JAN 2025). Incorporates Class Deviation 2025-O0003 - Merit-Based Opportunity in Federal Contracts, which requires changes in Section I, and Section K - Tab 09 Att 6 - Solicitation Fill-Ins of the solicitation. Incorporates Class Deviation 2025-O0004 - Revocation of Executive Order on Sustainability, which requires changes in Section I of the solicitation. 03/05/2025 Update: Amendment 0002 updates FAR 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Section M – Evaluation Factors for Award, it provides offerors with an updated version of Tab 09 Att 8 -Equal Value Exchanges of Fuel, and updates block 6 of the solicitation’s SF1449. 01/10/2025 Update: Amendment 0001 provides answers to general information questions from interested vendors. This is the solicitation for the annual bulk fuel procurement for the Atlantic/Europe/Mediterranean (AEM) 2025 Purchase Program. See attachment/links section for full requests for proposals and all attachments. The fuel procured from this buy will cover various locations in the AEM geographic region. The NAICS code for this procurement is 324110. The solicitation closing date and time is January 14, 2025 at 3PM EST. The Program's Ordering Period is date of award through June 30, 2026. The Delivery Period is July 1, 2025 through June 30, 2026, with a 30-day carryover period. The delivery methods will be Tanker FOB Origin only and Pipeline both FOB Origin and Destination, depending on the specific requirement and location. DLA Energy will be using the Bulk Offer Entry Tool (OET) for this Procurement. The usage of the Bulk OET is mandatory. The Bulk OET will allow Offerors to electronically submit and sign their offer (including the SF1449). If you have any questions, please email Paul Johnson at paul.johnson@dla.mil., or Gerardo Gomez at Gerardo.Gomez@dla.mil.
R--SME PEER REVIEW - CORROSION MITIGATION
THIS IS NOT A SOLICITATION FOR QUOTES THIS IS A SOURCES SOUGHT SYNOPSIS ONLY This Sources Sought is for the purpose of identifying firms that can meet the following Bureau of Reclamation (BOR) Requirements. This requirement is for independent scientific review by three (3) Subject Matter Experts (SMEs) in the field of corrosion engineering and mitigation of the draft Technical Memorandum 8540-2024-13 Corrosion Mitigation for Buried Metallic Water Pipe (TM 2024). See attached draft Performance Work Statement. This requirement will be issue under NAICS 562910 -Professional Services- Environmental Services. This Sources Sought is not to be considered as a request for quotes or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the contractor submission to this Sources Sought or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded as a result of this announcement. Data submitted in response to this RFI will not be returned. INSTRUCTION FOR SUBMISSION: Respondents should include as part of their submission: a. Do you have experience in providing independent scientific reviews “specifically in the field of corrosion engineering and mitigation”? b. Please provide examples of relevant work experience-include a summary of the project, point of contact, dollar value. Provide any information if you are a FEDVAR (Federal Value-Added Reseller). c. Do you intend to partner with another company to perform these service? d. Do you intend to perform these services as a Prime Vendor, subcontractor or Joint Venture (JV)? e. After reviewing the attached scope of work, do you have any questions or concern? f. Are you a small business under the NAICS 562910. g. Is there another NAICS we should consider this procurement? h. What socio-economic categories do you qualify for as validated via the System for Award Administration (SAM)? NOTE: All offers must register on the SAM located at http://www.SAM.gov. i. Any interest party must include the following: a. UEI Number b. Company Name c. Company Address d. Business size e. Company points of contact, phone, and email address. f. Past work experience. If you have experience working with other Federal Agencies and/or commercial businesses of similar size and scope, please include agency, contracting officer and/or business name contract number (if applicable) agreement number, expiration date and amount and type of contract (e.g. FFP, T&M, Labor hour etc). Any proprietary information must be marked as such, the RFI information should not exceed a total of 10 one-sided 8 1/2x11 pages, with one-inch margins, and font no smaller than 12 point. After review of the attached documentation, interested parties may submit a response in an electronic format only via email to Kelly Cook at kcook@usbr.gov no later than January 14, 2025, 5:00PM ET. Electronic files should be in Microsoft Office Word or PDF format. All information should be UNCLASSIFIED material only.
Dutton Hill G-Z Stewardship IRSC - R3 Coconino National Forest, Flagstaff Ranger District, Arizona
DESCRIPTION BACKGROUND: The Dutton G-Z Stewardship IRSC shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. NAICS: 115310: Support Services for Forestry, size standard: 34M Fuels Management Services. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT LOCATION: Project Locations: LO Pocket T. 20N. R. 4E. Sections 1, 2, 3, 4, 8, 9, 10, 11, 12, 13, 14, 15, 16, 23, and 24 and T. 20N. R. 5E. Section 6, 7. Dutton Hill T. 20N. R. 5E. Sections 3, 4, 5, 6, 7, 9, 11, 13, 15, 16, 17, 21 and 23. Double Springs T. 19N. R. 9E. Section 32; T. 18N. R 9E. Sections 6, 7, 18, 19. T. 18N. R. 8E. 11, 12, 13, 14, and 24. SITE VISIT DATE AND TIME: A site visit is schedulded for November 18, 2025 to view the project area and discuss the objectives of this contract. The meeting will take place at 10:00 am MST at Mormon Lake Work Center - 4373 South Lake Mary Road, Flagstaff, AZ 86005. PERIOD OF PERFORMANCE: All work shall be completed by November 30, 2029. DESCRIPTION OF WORK: The Dutton Hill G-Z IRSC comprises three project treatment areas: Double Springs (699 acres), Dutton Hill (4,262 acres), and LO Pocket (3,868 acres). The total project area consists of 8,829 acres of ponderosa pine forest and savanna/grasslands. The intent of this project is to increase the pace and scale of forest restoration treatments by contracting project layout and preparation activities. The objectives of this project are to increase forest health and vigor, reduce hazardous fuels to reduce the threat of catastrophic wildfire within the Wildland Urban Interface by accomplishing the following: Improve forest health by increasing residual tree growth, vigor, and crown development. Reduce fuel loading and re-introduce low-intensity fire by implementing mechanical fuel treatments and preparatory work to manage the effects of the re-introduction of fire as a disturbance mechanism. Removing activity slash from FS lands when feasible. Thin from below in ponderosa pine stands and restoring savanna and grassland vegetation types. Remove included sawtimber and non-sawtimber from the Contract Area. Mechanically remove small diameter trees to landings to be burned by FS or chipped/removed from contract area. Provide wood products to local industry by utilizing timber and other forest products. ESTIMATED TIMBER VOLUME AND SPECIES COMPOSITION IS AS FOLLOWS: Total timber quantities and treatment acres are unknown and shown as estimated gross quantity. Completion and acceptance of Items 2 and 3 will determine true needed quantities for all other Items. Awarded contract will be a commercial services contract with requirements for timber removal. Follow this notice on SAM for future notifications by clicking the “Follow” button above.
Smart Red Blood Cells (Smart-RBC)
The Defense Advanced Research Projects Agency (DARPA) is soliciting innovative proposals in support of the Smart Red Blood Cells program (Smart-RBC). The DARPA Smart-RBC program aims to engineer red blood cells to contain novel biological features that can safely, temporarily, and reliably alter human physiology. Specifically, the Smart-RBC program will revolutionize blood products by creating “smart red blood cells” (SRBCs). SRBCs will be engineered to contain additional biological circuits consisting of three layers: Sense extracellular biomarkers; Decide next steps; Act by creating effector molecules that can alter metabolism or physiology. The program will identify the art-of-the-possible to create SRBCs to enhance human performance and maximize survival via hemostasis products. This program does not include clinical trials or direct human testing.
6525--SEP 2025 Equipment Only Consolidation
SEP 2025 EQIPMENT ONLY CONSOLIDATION
6525--SEP 2025 Equipment Only Consolidation
SEP 2025 EQIPMENT ONLY CONSOLIDATION
6525--SEP 2025 Equipment Only Consolidation
SEP 2025 Equipment Only Consolidation
Expendable Supplies
Enclosed is a Request for Quotations (RFQ) for supplies. If you would like to submit a quotation, follow the instructions in Section 3 of the solicitation, complete the required portions of the attached document, and submit it to the address shown in the solicitation. The U.S. government intends to award a contract to the responsible company submitting an acceptable offer at the lowest price. We intend to award a contract based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. Direct any questions regarding this solicitation in writing to Ramon Menendez-Carreira, Contracting Officer, email: BangkokGSOProcurement@state.gov. Questions must be written in English. Closing date for question submission will be on November 10, 2025 at 4:00 PM (Bangkok local time). Offerors shall be registered in the SAM (System for Award Management) database at https://www.sam.gov prior to submittal of their offer/proposal as prescribed under FAR 4.1102. Failure to be registered at time of proposal submission may deem the offeror’s proposal to be considered non-responsible and no further consideration will be given. Therefore, offerors are highly encouraged to register immediately if they are interested in submitting a response to this requirement.
Tactical Training Equipment and Accessories
Enclosed is a Request for Quotations (RFQ) for tactical training equipment and accessories. If you would like to submit a quotation, follow the instructions in Section 3 of the solicitation, complete the required portions of the attached document, and submit it to the address shown in the solicitation. The U.S. government intends to award a purchase order to the responsible company submitting an acceptable offer at the lowest price. We intend to award a purchase order based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so. Direct any questions regarding this solicitation in writing to Ramon Menendez-Carreira. Contracting Officer, email: BangkokGSOProcurement@state.gov. Questions must be written in English. Closing date for question submission will be November 7, 2025 at 04:00 PM (Bangkok local time). Quotations are due by November 19, 2025 at 04:00 PM (Bangkok local time). No quotations will be accepted after this time. Proposals must be in English and incomplete proposals will not be accepted. Offerors shall be registered in the SAM (System for Award Management) database at https://www.sam.gov prior to submitting their offer/proposal as prescribed under FAR 4.1102. Failure to be registered at time of proposal submission may deem the offeror’s proposal to be considered non-responsible and no further consideration will be given. Therefore, offerors are highly encouraged to register immediately if they are interested in submitting a response to this requirement.
H159--VANIHCS 3 Year Electrical Testing Marion and Fort Wayne
The purpose of this amendment is to provide additional RFI's and the VA's responses. This amendment also changes the response due date from November 21, 2025, to January 15, 2026.
H159--VANIHCS 3 Year Electrical Testing Marion and Fort Wayne
The purpose of this amendment is to provide additional RFI's and the VA's responses. This amendment also changes the response due date from November 21, 2025, to January 15, 2026.
Y1DA--Project 549A4-21-703 EHRM Training and Admin build
549A4-21-703 EHRM Training and Admin Support Space
Y1DA--Project 549A4-21-703 EHRM Training and Admin build
Project 549A4-21-703 EHRM Training and Admin Support Space
Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
REMANUFACTURE A 5-YEAR FIRM-FIXED PRICE REQUIREMENTS CONTRACT IS CONTEMPLATED. NOTE: It is anticipated that pricing of this action will be based on adequate price competition; therefore, offerors are not required to submit certified cost or pricing data at the time of proposal. However, after receipt of proposals, it is determined that adequate price competition does not exist, a request for other than certified cost or pricing data may be required in accordance with FAR 15.403-1(b)(1). 52.232-18 Availability of Funds. As prescribed in 32.706-1(a), insert the following clause: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) (a) A Pre-Award Survey and/or Initial Production Evaluation (IPE) is required. Details are provided in Appendix A, paragraphs 1.2 and 1.3 respectively. (b) The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to perform the remanufacture required to restore the end item to a like-new condition. The contractor shall also accomplish ALL necessary packing and preservation and packaging. ALL work shall be completed in accordance with the requirements specified herein (including attachments hereto) and all costs associated with work specifications, technical orders, and/or cost associated with Over and Above request (excluding missing parts) shall be included in the unit price. The government shall only pay the contractor for missing components after review and approval of O&A request. No additional cost will be allowed (i.e. material handling, profit, direct or indirect costs). (c) Qualification requirements apply. Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Tinker AFB Small Business Office. For questions regarding the Tinker SAR Process or related issues, these inquiries should be submitted to the TAFB Small Business Office at: AFSC/SB, 3001 Staff Drive, Suite 1AG 85A, Tinker AFB, OK 73145-3009. Email: afsc.sb.workflow@us.af.mil Website: https://www.afsc.af.mil/units/sbo/index.asp. The actual SAR package submission itself shall be submitted electronically through DoD SAFE at https://safe.apps.mil/. DoD SAFE is a safe and secure option for large file submissions. If you have a PKI Certificate, the SAR can be sent directly to the email address below via DoD SAFE. If you do not have a PKI Certificate, then you must send a standard email message to the email address below and ask that they “Request a Drop-Off” to your email via DoD SAFE, which will enable you to be able to upload the SAR Submission Package documents to DoD SAFE. 429SCMS.SASPO.Workflow@us.af.mil For more information on the Strategic Alternate Sourcing Program, please visit: https://www.tinker.af.mil/Home/429SCMS-SASPO/ As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. (d) In order to receive any technical data related to this acquisition, offerors must send an email request to Dessie Breslin at dessie.breslin@us.af.mil AND Amy Gil at amy.gil@us.af.mil. Release of any data is subject to applicable data rights. The request shall include the applicable solicitation number, the specific data needed (including TO(s)), and a copy of the current, approved DD Form 2345. The form, including instructions for completing the form, is available at: http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The Government is not responsible for incomplete, misdirected, or untimely requests.** In order to receive drawings contractors will need to request all needed drawings through the JEDMICS website: https://af-jedmics.navair.navy.mil/webjedmics/index.jsp. Contractors who need an account will need to complete the instructions at the above link. (e) GOVERNMENT PROPERTY FURNISHED FOR REPAIR (FAR 16.503(c)) Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as “estimated” or “maximum” will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. (f) END ITEMS BEYOND REMANUFACTURE "Reparable End Items" are defined as end items which can be restored to a serviceable condition, in accordance with applicable requirements. Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the overhaul limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor prior to determination that such equipment is beyond these limits, shall be included in the unit price(s) of the listed item(s). (g) If the contractor estimates that any item is not reparable (i.e. beyond overhaul), the Contractor shall promptly notify the administrative contracting officer in writing and shall not perform further on any such items except after receipt of approval from the direction of the procurement contracting officer (PCO). Upon written confirmation from the PCO that a particular item is not reparable, the contractor shall dispose of the unit in the manner directed by the PCO. Contractors are cautioned that until a contract is executed, any effort performed in support of the anticipated effort is performed strictly at their own risk and expense. There is no authorization to begin performance until the contractor has received a duly authorized contract signed by the Contracting Officer. Also, this request for proposal is not to be construed to mean that the award of a contract is assured, as the availability of funds, timely submission of all requested documents, and acceptance by both parties are prerequisite to any contract award. (h) Condemned units shall not be counted as production. (i) In the event there are component part(s) with long lead times, the awardee is responsible for securing necessary parts to meet the Government’s required delivery schedule. (j) In the event that DFARS clause 252.217-7001, Surge Option, is invoked, quantities and prices will be negotiated at that time. The fill-in data in Clause 252.217-7001 will be TBD until a surge is known and negotiations are necessary. (k) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor determined location and method of marking is acceptable. (l) Dates listed in clauses 52.216-19 and 52.216?21 are based on the estimated award date. These dates will be revised prior to award based on the actual award date. (m) Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond economical repair of limits specified in the Work Specification and/or Technical Orders. All cost for work performed by the contractor prior to determination that such equipment is beyond these limits, shall be included in the unit price(s) of the listed item(s). (n) In accordance with the attached CAV AF Reporting Requirements (see the document listed in Section J), the contractor must include a DD1348-1when assets are shipped. DCMA Quality Assurance Representatives (QARs) will not approve or sign the DD1348-1, but will ensure DD1348-1 is included with each returned asset. If a DD1348-1 is not included with each returned asset, DCMA will not sign the DD250. (o) In accordance with DAFFARS 5309.105-1 the Supplier Performance Risk System (SPRS) is checked for supplier risk assessments when determining responsibility. DFARS 252.204.7303(b) states that the contracting officer shall verify that the summary level score of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old, unless a lesser time is specified in the solicitation) for each covered contractor information system that is relevant to an offer, contract, task order, or delivery order are posted in Supplier Performance Risk System (SPRS). Offerors are required to represent they will implement National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 SP 800-171 (reference the provision DFARS 252.204-7008). A score of 110 must be in SPRS, if assessment score is less than 110, contractors must submit a plan with their proposal to become compliant.
Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
This is a Synopsis Notice for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville and the outlying areas supported by these commands. The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary point of contact is Courtney Peterson, Contract Specialist, courtney.j.peterson3.civ@us.navy.mil. The solicitation number is N6945026R0007. The work includes, but is not limited to, all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Management; Facility Investment; Other (Training Pools); Utilities Management; Electrical; Wastewater; Steam; Water; Compressed Air; Transportation; and Environmental at NAS Jacksonville, FL and the outlying areas supported by these commands. This requirement is performance based. The proposed contract type is a Facilities Support Indefinite-Quantity contract. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $47.0M dollars. The contract term is anticipated to be a base period of one year plus seven one-year option periods, for a total contract performance period not to exceed eight years (96 months). The base period recurring work requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. These services are currently being performed under contract N6945019D1750, awarded in 2018. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The solicitation will be issued as Total Small Business Set-Aside. The Government will only accept offers from small business concerns. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. A three-day site visit is scheduled at NAS Jacksonville, FL on 18, 19, and 20 November 2025. No questions will be answered at the site. All questions should be submitted in writing to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil and Stefanie Menciano at stephanie.s.menciano.civ@us.navy.mil prior to the Government Pre-Award Inquiry (GPI) cutoff date of: 2:00 PM EST, 3 December 2025. All prospective offerors submitting GPI questions must be submitted on the Government Pre-Award Inquiry form (Attachment JL-2_N6945026R0007_GPIF.xlsx). This is a Synopsis Notice for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville and the outlying areas supported by these commands. The procuring contracting office is NAVFAC Southeast, Bldg. 903, P.O. Box 30, Naval Air Station Jacksonville, FL 32212. The primary point of contact is Courtney Peterson, Contract Specialist, courtney.j.peterson3.civ@us.navy.mil. The solicitation number is N6945026R0007. The work includes, but is not limited to, all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to perform: Facility Management; Facility Investment; Other (Training Pools); Utilities Management; Electrical; Wastewater; Steam; Water; Compressed Air; Transportation; and Environmental at NAS Jacksonville, FL and the outlying areas supported by these commands. This requirement is performance based. The proposed contract type is a Facilities Support Indefinite-Quantity contract. It will be competitively procured using the policies and procedures of FAR Part 15, Contracting by Negotiation. The primary NAICS Code for this procurement is 561210 and the annual small business size standard is $47.0M dollars. The contract term is anticipated to be a base period of one year plus seven one-year option periods, for a total contract performance period not to exceed eight years (96 months). The base period recurring work requirement will be the overall minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under Federal Acquisition Regulation (FAR) clause 52.217-8 Option to Extend Services. These services are currently being performed under contract N6945019D1750, awarded in 2018. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. The solicitation will be issued as Total Small Business Set-Aside. The Government will only accept offers from small business concerns. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. A three-day site visit is scheduled at NAS Jacksonville, FL on 18, 19, and 20 November 2025. No questions will be answered at the site. All questions should be submitted in writing to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil and Stephanie Menciano at stephanie.s.menciano.civ@us.navy.mil prior to the Government Pre-Award Inquiry (GPI) cutoff date of: 2:00 PM EST, 3 December 2025. All prospective offerors submitting GPI questions must be submitted on the Government Pre-Award Inquiry form (Attachment JL-2_N6945026R0007_GPIF.xlsx).
30--PISTON, LINEAR ACTU, IN REPAIR/MODIFICATION OF
CONTACT INFORMATION|4|N741.11|GE1|N/A|abigail.r.hurlbut.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|CLIN 0001AA|8|679|CLIN 0001AB|8|30|||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report- Certifications; COMBO- Receiving Report & Invoice- Material|N/A|TBD|N00104|TBD|TBD|W25G1U-8; W62G2T-8|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| 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||X| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13||x|||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4|333613|750||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2025)|13|333613|750|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|x|| 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitaton will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. 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 maiil, transmitted by facsimile, or set be other electronic commerce methods such as email. The governmet's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4.If the offeror is not the Original End Manufacturer (OEM) of the material called out in the requirement, the OEM must be stated (Company Name and Cage) and the offeror must provide a signed letter of authorization as a distributor on the OEM's letterhead. 5. If requirement will be packaged at a location different from the Offeror's address, the Offeror shall provide the Name, Street Address and CAGE of the Packaging Facility. 6. Any contract awarded as a result of this solicitation will be DX certified for national defense under the Defense Priorities and Allocations Systems (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Prepardness, and Energy Program use, shall be inserted in solicitations when the contract to be awarded will be a rated order. 7. Please provide repair price as Estimated (EST) for the full repair effort of the requirement. 8. Vendor shall have 90 days after receipt of carcass(es) to complete a teardown & evaluation (TD&E) of the carcass(es) and submit a Firm-Fixed Price (FFP) quote for the full repair effort of the carcass(es). 9. When submitting a quote, please include the cost of new (actual or estimated) for evaluation purposes. 10. Quote shall specify any exceptions including but not limited to MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus material, etc. If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 11. In repair price, include all costs associated with receipt and complete repair of materials that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV reporting. Also provide the following Information. a. Teardown & Evaluation Rate: b. Repair Turn around Time (RTAT): c. Throughput Constraint: d. Induction Expiration Date: 12. Price Reductions a.any asset for which the contractor does not meet the required RTAT will incur a price reduction of TBD per unit. This adjustment will be implemented via a Reduction Modification at the end of 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. 13. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in the resulting contract. a. Requested RTAT: 679 Days 14. Quotes shall reference the proposed RTAT and any capacity constraints. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the PISTON, LINEAR ACTU . 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. DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| |03| 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The PISTON, LINEAR ACTU 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. ;07332 075001257-000; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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. 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. 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.
30--PISTON, LINEAR ACTU, IN REPAIR/MODIFICATION OF
CONTACT INFORMATION|4|N741.11|GE1|N/A|abigail.r.hurlbut.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x|||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|CLIN 0001AA|8|679|CLIN 0001AB|8|30|||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report- Certifications; COMBO- Receiving Report & Invoice- Material|N/A|TBD|N00104|TBD|TBD|W25G1U-8; W62G2T-8|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| 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||X| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13||x|||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4|333613|750||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2025)|13|333613|750|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|x|| 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitaton will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. 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 maiil, transmitted by facsimile, or set be other electronic commerce methods such as email. The governmet's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 4.If the offeror is not the Original End Manufacturer (OEM) of the material called out in the requirement, the OEM must be stated (Company Name and Cage) and the offeror must provide a signed letter of authorization as a distributor on the OEM's letterhead. 5. If requirement will be packaged at a location different from the Offeror's address, the Offeror shall provide the Name, Street Address and CAGE of the Packaging Facility. 6. Any contract awarded as a result of this solicitation will be DX certified for national defense under the Defense Priorities and Allocations Systems (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Prepardness, and Energy Program use, shall be inserted in solicitations when the contract to be awarded will be a rated order. 7. Please provide repair price as Estimated (EST) for the full repair effort of the requirement. 8. Vendor shall have 90 days after receipt of carcass(es) to complete a teardown & evaluation (TD&E) of the carcass(es) and submit a Firm-Fixed Price (FFP) quote for the full repair effort of the carcass(es). 9. When submitting a quote, please include the cost of new (actual or estimated) for evaluation purposes. 10. Quote shall specify any exceptions including but not limited to MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus material, etc. If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 11. In repair price, include all costs associated with receipt and complete repair of materials that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV reporting. Also provide the following Information. a. Teardown & Evaluation Rate: b. Repair Turn around Time (RTAT): c. Throughput Constraint: d. Induction Expiration Date: 12. Price Reductions a.any asset for which the contractor does not meet the required RTAT will incur a price reduction of TBD per unit. This adjustment will be implemented via a Reduction Modification at the end of 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. 13. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in the resulting contract. a. Requested RTAT: 679 Days 14. Quotes shall reference the proposed RTAT and any capacity constraints. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the PISTON, LINEAR ACTU . 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. DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| |03| 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The PISTON, LINEAR ACTU 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. ;07332 075001257-000; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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. 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. 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.
30--PISTON, LINEAR ACTU, IN REPAIR/MODIFICATION OF
NSN 7H-3040-013904859, TDP VER 003, QTY 16 AY, 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.
59--SUPPORT,ANTENNA
CONTACT INFORMATION|4|N744.4|ER2|EMAIL ONLY|JAMES.E.LEWIS5@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| PRODUCTION LOT TESTING|1|| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|RECEIVING REPORT AND INVOICE COMBO|NA|TBD|TBD|TBD|TBD|TBD|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| FIRST ARTICLE APPROVAL--CONTRACTOR TESTING (SEP 1989)|10||||||||||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (FEB2024))|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| 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|| CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS(FEB 2021))|4||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|334220|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| SOLICITATION IS HEREBY EXTENDED TO 31 JUL 2024. TDP UPDATED FROM VERSION 009 TO 010. \ 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 toinclude 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. This order requires a Higher Level Inspection. Please review the attached DD1423 for special testing instructions. Please include a proposed schedule for all CDRLs with your quote. The resultant award of this solicitation will be issued bilaterally, requiringthe contractor's written acceptance prior to execution. IF QUOTING AS A DISTRIBUTOR OR DEALER TO THE OEM, PLEASE SUBMIT FULLTRACEABILITY BACK TO THE OEM WITH YOUR QUOTE. This is a rated order certified for national defense use, and the Contractor will follow all the requirements of the Defense Priorities and Allocations System regulation (15 CFR 700). 1. SCOPE 1.1 ;This procurement specification contrains the requirements for manufacture and the contract quality requirements for ;Housing; for use on Navy submarines.; 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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.3 The "Document Changes" section provides supersessions/changes to referenced documents. 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. DRAWING DATA=RE-B102094 |80064| C| |D|0001 | C|49998|0038248 DRAWING DATA=RE-C102223 |50225| B| |D|0001 | B|49998|0032229 DRAWING DATA=RE-D102093 |80064| G| |D|0001 | G|49998|0059859 DRAWING DATA=RE-F102091 |80064| D| |D|0001 | D|49998|0046820 DRAWING DATA=03405002 |88594| C| |D|0001 | C|49998|0178430 DRAWING DATA=03405003 |88594| B| |D|0001 | B|49998|0194628 DRAWING DATA=03405004 |88594| A| |D|0001 | A|49998|0063856 DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| |01| DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=ISO 10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | DOCUMENT REF DATA=SAE-AMS-QQ-S-763 | | |D |150301|A| | | DOCUMENT REF DATA=FED-STD-H28/20B | | | |941221|A| |01| DOCUMENT REF DATA=SAE AMS 2759/4C | | | |140423|A| | | DOCUMENT REF DATA=ASME B46.1 - 2019 | | | | |A| | | DOCUMENT REF DATA=EIA-649C - 2/19 | | | | |A| | | DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | | |950801|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010/278 | | |A |130214|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=ISO9001 | | | |150915|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=QQ-S-763F |SAE-AMS-QQ-S-763A 3. REQUIREMENTS 3.1 ;Design and Manufacturing - The ;Housing; furnished under this contract/purchase order shall meet the material, mechanical, physical, welding and test requirements as specified on Drawings 03405002, 03405003, 03405004, RE-B102094, RE-C102223, RE-D102093 and RE-F102091 including associated specifications mentioned in this procurement.; 3.1.1 ;The supplier shall perform all welding on Foundation (Housing) in accordance with the requriements of NAVSEA Technical Publication S9074-AR-GIB-010/278 specified on Drawing 03405003, Note 2.; 3.1.2 ;The supplier welders performing welding on the Foundation (Housing) shall be qualified in accordance with NAVSEA Technical Publication S9074-AQ-GIB-010/248 specified on Drawing 03405003, Note 2.; 3.1.3 ;The supplier shall perform nondesturctive testing visual, radiographic and liquid penetrant on all weld joints on the Foundation (Housing) Drawing 03405003 in accordance with the requirements of NAVSEA Technical Publication T9074-AS-GIB-010/271 and MIL-STD-2035 as specified on Note 7 of the drawing.; 3.2 ;Marking Requirements - The supplier shall mark ;tag or bag; each first article and production lot unit ;Housing; with contract, assebly drawing and assembly serial number per MIL-STD-130.; 3.2.1 ;The supplier shall mark ;tag or bag; each part 03405003, RE-B102094, RE-D102093, RE-F102091 and 03405004 with contract, drawing, heat and serial number in accordance with MIL-STD-130 until installed on the designated assembly.; 3.3 ;First Article Testing/Inspection - (Supplier Testing/Inspection). The first article testing/inspection procedure and approval are required for the ;Housing;. Government approval is required prior to commencement of first article unit. ; 3.4 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWCPD), 5001 S.Broad Street, Philadelphia, PA 19112-1403, by email matthew.j.ogilvie.civ@navy.mil, Code 242MO after award of contract.; 3.4.1 ;The NSWCPD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.; 3.5 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.5.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.6 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 ;Inspection System-The contractor's Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier shall develop and submit their written Quality Inspection and Test Plan as idicated on the Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality Inspection and Test Plan is required by the contract. CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3 and DI-QCIC-81110; 4.5 ;Surface Roughness - All surface finishes are in RMS measurements. Where the degree of surface roughness is indicated, the surface shall be free from all visible imperfecions as defined by Standard ASME B46.1.; 4.6 ;Finished Edges - Finished edges shall be in accordance with the applicable drawing requirements.; 4.7 ;Threads - Threads shall be inspected in accordance with FED-STD-H28/20 System 21 requirements. Thread inspection shall include the measurement and recording of the major diameter for external threads and the minor diameter for internal threads.; 4.8 ;Material Control - The supplier shall have an effective material control system that provides for certified quantitative mill or industrial laboratory reports of chemical and physical analysis by heat, lot or batch for raw material ordered for first article and production units. If the material is subsquently heat-treated a certification of physical analysis, after heat treatment is also required for each heat lot or batch. Also, where the applicable material specification calls out (e.g., corrosion resistance test, macro-etch test) these test results shall also be reported on the applicable mill or idustrial laboratory report. The physical analysis shall establish the following properties for metallic parts: Ultimate Tensile Strength, Yield Strength and Elongation.; 4.9 ;First Article Testing/Inspection - (Supplier Testing/Inspection). The supplier shall perform first article testing/inspection on ;Housing; in accordance with the applicable drawing, specifications and their approved first article procedure and nondestructive testing (visual, radiographic and liquid penetrant) procedures.; 4.9.1 ;The first article inspection shall be made by the cognizant DCMA-QAR at the supplier's and/or subcontractor facility. The supplier shall notify NSWCPD, Code 242MO two weeks in advance prior to the scheduled first article testing/ inspection, so an NSWCPD representative has option of being present during the first article testing/inspection.; 4.10 ;First Article Approval for Testing/Inspection Procedure and Acceptance - Supplier Testing/inspection). The supplier shall prepare and submit their First Article Testing/Inspection Procedure for ;Housing; in accordance with the requirements of DI-NDTI-80603, the applicable drawings and specifications as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the procedure is required prior to commencement of first article unit. CDRL: FIRST ARTICLE TESTING/INSPECTION PROC per DI-NDTI-80603A; 4.11 ;First Article Testing/Inspection - The supplier shall perform 100% examination,inspection and testing on the first article ;Housing; unit (component parts/assembly) in accordance with the applicable drawings, their approved first article procedure and nondestructive testing (visual, radiographic, and liquid penetrant) procedures. The supplier shall record the actual measurements and results of each dimension, threads, examination, inspection and test identified on the applicable drawings.; 4.11.1 ;The supplier shall visually and physically inspect 100% the (component parts/ assembly) dimensions and threads (the minor diameter for internal threads) identified on the applicable drawings. Threads shall be inspected 100% and results recorded.; 4.11.2 ;The supplier shall perform stress relieving on the Foundation (Housing) after welding in accordance with Specification SAE AMS 2759/4 as specified on Drawing 03405003, Note 4.; 4.11.3 ;The supplier shall perform internal hydorstatic pressure testing on the Foundation (Housing) after welding and stress relieving in accordance with Note 5 of Drawing 03405003.; 4.11.4 ;The supplier shall perform radiographic testing 100% on all weld joints on the Foundation (Housing) as specified on Drawing 03405003, Note 7 in accordance with their approved nondestructive testing procedure.; 4.11.5 ;The supplier shall visually inspect and perform liquid penetrant testing 100% on all weld joints shown on the Foundation (Housing) as specified on Drawing 03405003, Note 7 in accordance with their approved nondestructive testing procedures.; 4.12 ;First Article Testing/Inspection Reports and Acceptance - (Supplier Testing/ Inspection). The supplier shall submit for completed first article unit ;Housing; testing/inspection reports in compliance with the requirements of DI-NDTI-80603, the applicable drawings and specifications. The report shall also include a copy of ;Certified Mill Certification; Weld Rod Certification; Visual/Dimensional Inspection Report; Stress Relieving Certification; Internal Hydrostatic Pressure Test Report; NDT Visual/Radiographic/Liquid Penetrant Testing Report; Welder's Qualification Certification; NDT Visual/Radiographic/ Liquid Penetrant Inspector Qualification Certification; identified in the Objective Quality Evidence Records Section of this document, and as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the first article testing/inspection report is required prior to commencement of production units. CDRL: FIRST ARTICLE TESTING/INSPECTION REPORT per DI-NDTI-80809B; 4.13 ;Production Lot. The supplier shall perform 100% examination, inspection and testing on each production lot ;Housing; unit (component parts/assemblies) in accordance with the applicable drawings, their approved first article procedureand nondestructive testing (visual/radiographic and liquid penetrant) procedures. The supplier shall record the actual measurements and results of each dimension, threads, examination, inspection and test identified on the applicable drawings.; 4.13.1 ;The supplier shall visually and physically inspect 100% on each (component parts/assemblies) dimensions and threads (the minor diameter for internal threads) identified on the applicable drawings. Threads shall be inspected 100% and results recorded.; 4.13.2 ;The supplier shall perform stress relieving on each Foundation (Housing) after welding in accordance with Specification SAE AMS 2759/4 specified on Drawing 03405003, Note 4.; 4.13.3 ;The supplier shall perform internal hydrostatic pressure testing on each Foundation (Housing) after welding and stress relieving in accordance with Note 5 of Drawing 03405003.; 4.13.4 ;The supplier shall perform radiographic testing 100% on all weld joints on each Foundation (Housing) specified on Drawing 03405003, Note 7 in accordance with their approved nondestructive testing procedure.; 4.13.5 ;The supplier shall visually inspect and perform liquid penetrant testing 100% on all weld joints on each Foundation (Housing) specified on Drawing 03405003, Note 7 in accordance with their approved nondestructive testing procedures.; 4.14 ;Production Lot Testing/Inspection Reports and Acceptance - (Supplier Testing/ Inspection). The supplier shall submit for the completed production units ;Housing; testing/inspection reports in compliance with the applicable Data Item Descriptions (DIDs), NAVSEA Technical Publications, drawings and specifications. The Production Lot Testing/Inspection report shall consist of ;Certified Mill Certification; Visual/Dimensional Inspection Report; Weld Rod Certification; Stress Relieving Certification; Internal Hydrostatic Pressure Test Report; NDT Visual/Radiographic/Liquid Penetrant Inspection Testing Report; Welder's Qualification Certification; NDT Visual/Radiographic/Liquid Penetrant Inspector Qualification Certfication and Mercury Exclusion Certification; identified in the Objective Quality Evidence Records Section of this document, and as indicated on teh Production Lot Test/Inspection (PLT) Contract Data Requirements List (DD Form 1423). Government approval of the production lot testing/inspection report is required prior to shipment of production lot units. CDRL: PRODUCTION LOT TESTING/INSPECTION REPORT per DI-NDTI-80809B; 4.15 ;PROCEDURES.; 4.15.1 ;Welding Procedure - The supplier shall prepare and submit a written welding procedure and welding procedure qualification test data for performing welding in accordance with NAVSEA Technical Publications S9074-AR-GIB-010/278 and S9074-AQ-GIB-010/248 including welder's qualification per S9074-AQ-GIB-010/248 as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the Welding and Welding Qualification Test Data Procedure is required prior to commencement of first article unit. CDRL: WELDING AND WELDING QUALIFICATION TEST DATA PROCEDURE per NAVSEA TECHNICAL PUB S9074-AR-GIB-010/278 and S9074-AQ-GIB-010/248; 4.15.2 ;Nondestructive Testing (NDT) Procedure:; 4.15.3 ;The supplier shall prepare and submit a written nondestructive testing procedure for Radiographic inspection testing in accordance with NAVSEA Technical Publication T9074-AS-GIB-010/271 and Acceptance Standard MIL-STD-2035 including nondestructive test personnel qualifications per T9074-AS-GIB-010/271as indicated on the Contract Data Requirements List(DD Form 1423). Government approval of the NDT Radiographic Inspection Testing Procedure is required prior to commencement of first article unit. CDRL: NDT RADIOGRAPHIC INSPECTION TESTING PROCEDURE per NAVSEA TECHNICALPUB T9074-AS-GIB-010/271 and MIL-STD-2035; 4.15.4 ;The supplier shall prepare and submit a written nondestructive testing procedure for Visual/Liquid Penetrant inspection testing in accordance with NAVSEA Technical Publication T9074-AS-GIB-010/271 and Acceptance Standard MIL-STD-2035 including nondestructive test personnel qualifications per Tech Pub T9074-AS-GIB-010/271 as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the NDT Visual/Liquid Penetrant Inspection Testing Procedure is required prior to commencement of first article unit. CDRL: NDT VISUAL/LIQUID PENETRANT INSPECTION TESTING PROCEDURE per NAVSEA TECHNICAL PUB T9074-AS-GIB-010/271 and MIL-STD-2035; 4.16 ;Production Lot Inspection/Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the production lot units, the inspection and test reports identified in the Objective Quality Evidence Records Section of this document and as indicated on the Production Lot Testing/Inspection (PLT) Contract Data Requirements List (DD Form 1423). Government approval is requiredprior to shipment of production units.; 4.17 ;Final Inspection and Acceptance - Final inspection and acceptance of production lots shall be made by the cognizant DCMA-QAR in conjunction with the Specific Government Inspection Instructions (SGIIs) furnished by NSWCPD. In addition to the normal DCMA surveillance, the production unit(s) shall be under the surveillance of NSWCPD Quality Assurance Specialist as required.; 4.18 ;Objective Quality Evidence Records - The supplier shall maintain Objective Quality Evidence Data (OQEDs) of materials used in the fabrication of ;Housing;. Records shall be traceable by drawing, heat, serial and contract number. All OQEDS shall be clearly legible including name and title. The supplier may provide exact (quality) photocopies of objective quality evidence records being delivered under this purchase order instead of originals.; 4.18.1 ;The supplier shall furnish a copy of the following OQEDs listed below and as indicated on the Contract Data Requirements List (DD Form 1423) for acceptance.The reports shall be correlated to the drawing, heat, serial, contract and assembly serial number. Supplier format is acceptable for the below listed CDRLs. a. Certified Quantitative Mill or Industrial Laboratory Certification (chemical and physical analysis) for Drawings 03405004, RE-B102094, RE-D102093,RE-F102091. CDRL: CERTIFIED QUANTITATIVE MILL CERTIFICATION per DI-MISC-82386 b. Certification of Weld Rod used in the manufacturing of the Foundation (Housing) in accordance with NAVSEA Technical Publication S9074-AR-GIB-010/278. CDRL: WELD ROD CERTIFICATION per DI-MISC-82386 c.Visual/Dimensional Inspection Reports shall show all the characteristics,the actual measurement and results of each dimension inspection (component parts/assemblies), including threads (also the minor diameter for internal threads), contract number, name of supplier, drawing number, drawing revision letter, heat, serial number of finished parts and assembly serial number, item nomenclature and inspector's acceptance signature and date. CDRL: VISUAL/DIMENSIONAL INSPECTION REPORT per DI-NDTI-80809B d. Stress Relieving Certification for the Foundation (Housing) in accordance with Specification SAE AMS 2759/4 specified on Drawing 03405003, Note 4. CDRL: STRESS RELIEVING CERTIFICATION per DI-MISC-82386 e.Internal Hydrostatic Pressure Test Report for the Foundation (Housing) shall show all the test characteristics, the actual measurement results, start and stop times, gauge serial number, gauge calibration date and due date of each unit tested including contract number, name of supplier, drawing number, drawing revision letter, heat serial number of finished parts, item nomenclature and inspector's acceptance signature and date. CDRL: HYDROSTATIC PRESSURE TEST REPORT per DI-MISC-82386 f. Welder's Qualification Certification of personnel performing welding in accordance with NAVSEA Technical Publication S9074-AR-GIB-010/278. CDRL: WELDER'S QUALIFICATION CERTIFICATION per NAVSEA TECHNICAL PUBLICATION S9074-AR-GIB-010/278 g. NDT Radiographic Inspection Testing Report shall be in accordance with NAVSEA Technical Publication T9074-AS-GIB-010/271. CDRL: NDT RADIOGRAPHIC INSPECTION TESTING REPORT per NAVSEA TECHNICAL PUBLICATION T9074-AS-GIB-010/271 h. NDT Visual/Liquid Penetrant Inspection Testing Report shall be in accordancewith NAVSEA Technical Publication T9074-AS-GIB-010/271. CDRL: NDT VISUAL/LIQUID PENETRANT INSPECTION TESTING REPORT per NAVSEA TECHNICALPUBLICATION T9074-AS-GIB-010/271 i. NDT Inspector Qualification Certification of personnel performing radiographic nondestructive inspection testing in accordance with NAVSEA Technical Publication T9074-AS-GIB-010/271. CDRL: NDT RADIOGRAPHIC INSPECTOR CERTIFICATION per NAVSEA TECHNICAL PUBLICATIONT9074-AS-GIB-010/271 j. NDT Inspector Qualification Certification of personnel performing visual/ liquid penetrant nondestructive inspection testing in accordance with NAVSEA Technical Publication T9074-AS-GIB-010/271. CDRL: NDT VISUAL/LIQUID PENETRANT INSPECTOR CERTIFICATION per NAVSEA PUBLICATIONT9074-AS-GIB-010/271 k. Mercury Exclusion Certification (representing the contract units shipment). CDRL: MERCURY EXCLUSION CERTIFICATION per DI-MISC-82386; 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 Ide...
SPRING,RIGHT-HAND
CONTACT INFORMATION|4|N742.11|WWV|717-605-7574|ashton.k.perry.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|N00104|TBD|TBD|See schedule|TBD|N/A|N/A|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| 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||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| 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|332613|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already onfile at NAVSUP WSS Mechanicsburg. 2. 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 here in. 3. The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 18 working days after receipt Final delivery of material (186 days) 4. Drawings associated with this solicitation will be made available on the new beta.SAM website, but will be restricted access which needs to be approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. 5. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded will be a rated order. 6. This requirement falls under the Emergency Acquisition Flexibilities (EAF) in accordance with 41 U.S.C. 1903. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 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=7384567 |53711| B| |D| | | | DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | 3. REQUIREMENTS 3.1 ;The Spring, Right-Hand must be manufactured in accordance with NAVSEA Drawing 7384567, part number 96, except as amplified or modified herein.; 3.2 ;The technical data contained in CSD169 supersedes the data shown on NAVSEA drawing 7384567 sheet 63.; 3.3 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Number ;CSD169; in ECDS at https://register.nslc.navy.mil/ 3.4 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.5 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. 3.5.1 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. 3.5.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.5.3 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. 3.5.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.6 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.7 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. 3.7.1 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. 3.7.2 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. 3.7.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.7.4 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. 3.7.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.8 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.8.1 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. 3.8.2 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. 3.9 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.10 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.10.1 Visual examination upon receipt to detect damage during transit. 3.10.2 Inspection for completeness and proper type. 3.10.3 Verification of material quality received. 3.10.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.10.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.10.6 Identification and protection from improper use or disposition. 3.10.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.10.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.10.9 Material returned to the contractor must be handled as GFM. 3.11 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.11.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.12 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.12.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.12.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.13 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.13.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.13.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.13.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.14 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.14.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.15 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following information: 1. Contractor's name, address, phone number and date. 2. The contract/purchase order number (i.e. N00104-11-P-FA12). 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants, sealants, anti-seize, and/or thread locking compounds. ("N/A" when Not Applicable). 5. Cure date ("N/A" when Not Applicable). 6. Manufacturer's compound number ("N/A" when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 8. A statement for any Hull, Mechanical and Electrical (HM&E) testing required that include the name of the test and that it was performed satisfactorily. If no HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A." 9. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements. 10. Contractor's or authorized personnel's signature. 3.15.1 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, S-5343934-3, or Dry Deck Shelter Specification S-5486639-1, the Certificate Of Compliance must also include the information below: 11. A notation that 32 root mean square (RMS) finishes are in accordance with the specifications and are free of imperfections. 12. Direct reading of O-ring surface diameters with specified standard. 3.15.2 For Self-Locking Hex Nuts procured to NASM 25027, the Certificate Of Compliance must also include the information below: 13. A statement to the effect that qualification testing in accordance with NASM 25027 Paragraph 3.2 is satisfactorily performed. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and the Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and the Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and the Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and the Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.17 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.18 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.19 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.1.20 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification. 6.1.21 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order. 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. 6.2.1 There are 7 (seven) separate 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 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 Gov...
RING,RETAINING
CONTACT INFORMATION|4|N742.11|WWV|717-605-7574|ashton.k.perry.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|N00104|TBD|TBD|See schedule|TBD|N/A|N/A|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECH| 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||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| 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|332722|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already onfile at NAVSUP WSS Mechanicsburg. 2. 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 here in. 3. The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 18 working days after receipt Final delivery of material (186 days) 4. Drawings associated with this solicitation will be made available on the SAM.gov website, but will be restricted access which needs to be approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. 5. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded will be a rated order. 6. This requirement falls under the Emergency Acquisition Flexibilities (EAF) in accordance with 41 U.S.C. 1903. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 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=7108435 |53711| A| |D|0000.A | A|49998|0036674 DRAWING DATA=7108435 |53711| A| |D|0001 | A|49998|0077849 DRAWING DATA=7108435 |53711| A| |D|0002 | A|49998|0055884 DRAWING DATA=7108435 |53711| A| |D|0003 | A|49998|0009263 DRAWING DATA=7108435 |53711| A| |D|0004 | A|49998|0011978 DRAWING DATA=7108435 |53711| A| |D|0005 | A|49998|0028595 DRAWING DATA=7108435 |53711| A| |D|0006.1 | A|49998|0064081 DRAWING DATA=7108435 |53711| A| |D|0006.2 | A|49998|0053844 DRAWING DATA=7108435 |53711| A| |D|0006.3 | A|49998|0034347 DRAWING DATA=7108435 |53711| A| |D|0006.4 | A|49998|0031415 DRAWING DATA=7108435 |53711| A| |D|0007.1 | A|49998|0024488 DRAWING DATA=7108435 |53711| A| |D|0007.2 | A|49998|0041053 DRAWING DATA=7108435 |53711| A| |D|0007.3 | A|49998|0045440 DRAWING DATA=7108435 |53711| A| |D|0007.4 | A|49998|0043202 DRAWING DATA=7108435 |53711| A| |D|0007.5 | A|49998|0045669 DRAWING DATA=7108435 |53711| A| |D|0007.6 | A|49998|0050186 DRAWING DATA=7108435 |53711| A| |D|0007.7 | A|49998|0053402 DRAWING DATA=7108435 |53711| A| |D|0007.8 | A|49998|0044836 DRAWING DATA=7108435 |53711| A| |D|0007.9 | A|49998|0025486 DRAWING DATA=7108435 |53711| A| |D|0008.1 | A|49998|0028725 DRAWING DATA=7108435 |53711| A| |D|0008.2 | A|49998|0061969 DRAWING DATA=7108435 |53711| A| |D|0008.3 | A|49998|0045270 DRAWING DATA=7108435 |53711| A| |D|0008.4 | A|49998|0013696 DRAWING DATA=7108435 |53711| A| |D|0009 | A|49998|0047879 DRAWING DATA=7108435 |53711| A| |D|0010 | A|49998|0062143 DRAWING DATA=7108435 |53711| A| |D|0011 | A|49998|0069967 DRAWING DATA=7108435 |53711| A| |D|0012 | A|49998|0114218 DRAWING DATA=7108435 |53711| A| |D|0013 | A|49998|0102881 DRAWING DATA=7108435 |53711| A| |D|0014 | A|49998|0079842 DRAWING DATA=7108435 |53711| A| |D|0015 | A|49998|0113069 DOCUMENT REF DATA=ANSI/ASQ-Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | 3. REQUIREMENTS 3.1 ;The RING, RETAINING must be manufactured in accordance with NAVSEA Drawing 7108435 part number 79, except as amplified or modified herein.; 3.2 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.3 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. 3.3.1 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. 3.3.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.3.3 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. 3.3.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.4 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.5 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. 3.5.1 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. 3.5.2 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. 3.5.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.5.4 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. 3.5.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.6 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.6.1 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. 3.6.2 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. 3.7 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.8 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.8.1 Visual examination upon receipt to detect damage during transit. 3.8.2 Inspection for completeness and proper type. 3.8.3 Verification of material quality received. 3.8.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.8.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.8.6 Identification and protection from improper use or disposition. 3.8.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.8.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.8.9 Material returned to the contractor must be handled as GFM. 3.9 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.9.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.10 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.10.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.10.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.11 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.11.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.11.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.11.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.12 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.12.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.13 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following information: 1. Contractor's name, address, phone number and date. 2. The contract/purchase order number (i.e. N00104-11-P-FA12). 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants, sealants, anti-seize, and/or thread locking compounds. ("N/A" when Not Applicable). 5. Cure date ("N/A" when Not Applicable). 6. Manufacturer's compound number ("N/A" when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 8. A statement for any Hull, Mechanical and Electrical (HM&E) testing required that include the name of the test and that it was performed satisfactorily. If no HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A." 9. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements. 10. Contractor's or authorized personnel's signature. 3.13.1 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, S-5343934-3, or Dry Deck Shelter Specification S-5486639-1, the Certificate Of Compliance must also include the information below: 11. A notation that 32 root mean square (RMS) finishes are in accordance with the specifications and are free of imperfections. 12. Direct reading of O-ring surface diameters with specified standard. 3.13.2 For Self-Locking Hex Nuts procured to NASM 25027, the Certificate Of Compliance must also include the information below: 13. A statement to the effect that qualification testing in accordance with NASM 25027 Paragraph 3.2 is satisfactorily performed. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and the Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and the Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and the Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and the Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.17 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.18 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.19 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.1.20 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification. 6.1.21 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order. 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. 6.2.1 There are 7 (seven) separate 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 ...
SCREW,CAP,HEX HD
CONTACT INFORMATION|4|N742.11|WWF|717-605-7574|ashton.k.perry.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)|N/A|TBD|N00104|TBD|TBD|See schedule|TBD|N/A|N/A|TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECH| 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||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| 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|332722|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already onfile at NAVSUP WSS Mechanicsburg. 2. 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 here in. 3. The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 18 working days after receipt Final delivery of material (186 days) 4. Drawings associated with this solicitation will be made available on the SAM.gov website, but will be restricted access which needs to be approved. Once access has been requested, interested vendors should email the POC listed on the solicitation to inform them of the request. 5. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use, shall be inserted in solicitations when the contract to be awarded will be a rated order. 6. This requirement falls under the Emergency Acquisition Flexibilities (EAF) in accordance with 41 U.S.C. 1903. \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 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=7055651 |53711| C| |D|0001 | C|00000|0000000 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=MIL-DTL-1222 | | |J |000812|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | 3. REQUIREMENTS 3.1 ;The Hex Head Cap Screw must be made in accordance with NAVSEA Drawing 7055651 Item 003, except as amplified or modified herein.; 3.2 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.2.1 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 must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.2.2 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. 3.3 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.) 3.3.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.3.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.4 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 3.5 Wedge Tensile Test Specimens (Headed fasteners) - A wedge tensile test must be conducted on a Full Size Fastener for each production lot. The required specimens for the Wedge Tensile Test must be separate fasteners from those required for the Yield Test. 3.5.1 Testing for Socket Head Cap Screws must be in accordance MIL-DTL-1222, paragraphs 4.5.2.3 and 4.5.2.3.1. 3.5.2 Testing for all other Headed Fasteners with a nominal diameter greater than 1/4-inch must be in accordance with ASTM-F606 for grades 5, 8, B7, and B16.For all other grades, the following wedge angles must be used. a. Except as specified in item c below, fasteners with a nominal diameter of 1/4-inch through 1-inch (inclusive) must be tested with a ten degree wedge. b. Except as specified in item c below, fasteners with a nominal diameter over 1-inch must be tested with a six degree wedge. c. Fasteners that are of grades 8, B7, B16, 410, 416, 416Se, 431, and 630 and are threaded within one diameter to the underside of the head must be tested as follows: Sizes 1/4 inch through 3/4 inch (inclusive) Use a six degree wedgeSizes over 3/4 inch Use a four degree wedge d. Fasteners which have passed testing with wedge angles greater than those specified should be considered acceptable. 3.5.3 For fasteners of all grades with a nominal diameter less than 1/4-inch, wedge angles in accordance with ASTM-A574 must be used. 3.5.4 For fasteners having a length less than the minimum specified in Table 1 of ASTM-F606, one "test specimen fastener" must be manufactured from each lot of fasteners and tested to represent that lot. The length of these test specimen fasteners must meet the minimum specified in table 1 of ASTM-F606 but must not exceed it by more than 1/4 inch. Test specimen fasteners must be the same type, style, and diameter as the production lot and must be manufactured from the same starting material, using the same manufacturing techniques as the production lot, and must be heat treated (if required) along with the production lot. 3.6 Thread Forming - The following provides the official interpretation of paragraph 4.5.2.7 of MIL-DTL-1222. 3.6.1 In order to qualify for "Alternate Mechanical Testing" found in MIL-DTL-1222J paragraph 4.5.2.7 and utilize the mechanical properties for the starting bar stock in lieu of performing yield strength or proof stress testing on finished fasteners, all of the subsequent provisions found in MIL-DTL-1222J paragraphs 4.5.2.7 a through e must be met. If any single provision is not met, all required mechanical testing must be performed on the finished full sized fasteners. These provisions are explained as follows: a. Proper product lot control and traceability must be in place. b. No heat treatment (including hot heading and hot forming), cold forming, drawing, rolling and thread rolling may be performed on the starting bar, fastener blanks or finished fasteners after the completion of the mechanical testing on the starting bar. c. and d. The proper size starting bar must be selected to ensure mechanical properties of finished fasteners are represented by the mechanical properties of the starting bar. e. The mandatory testing, axial tensile (studs) and wedge tensile (screws and bolts) must be performed on full sized fasteners. Note that there is a typographical error in paragraph 4.5.2.7 and that the axial load test is a mandatory test that must be performed on studs as required in paragraph 4.5.2.7.e. 3.6.2 Thread rolling is a cold working process and is not considered to be a machining or grinding operation. Therefore, fasteners which have rolled threads do not satisfy the provisions of MIL-DTL-1222J paragraph 4.5.2.7.b and are not eligible for the "Alternate Mechanical Testing" provision. 3.6.3 Thread rolling alone is not a sufficient cold working process to qualify a fastener to be in the cold worked (CW) condition. This condition is only applicable to some 300 series stainless steel studs, screws and nuts. These CW condition fasteners must be manufactured from cold worked bar stock or be cold headed in order to qualify. The threads may subsequently be rolled, machined or ground. Testing of the finished fasteners and/or reporting of the starting bar stock material properties is subject to the same provisions found in MIL-DTL-1222J paragraph 4.5.2.7 and discussed above. 3.7 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.8 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. 3.8.1 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. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 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. 3.8.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.9 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.10 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.10.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.10.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.10.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.10.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.10.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.11 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.11.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.11.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.12 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.13 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.13.1 Visual examination upon receipt to detect damage during transit. 3.13.2 Inspection for completeness and proper type. 3.13.3 Verification of material quality received. 3.13.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.13.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.13.6 Identification and protection from improper use or disposition. 3.13.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.13.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.13.9 Material returned to the contractor must be handled as GFM. 3.14 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.14.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.15 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.15.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.15.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.16 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.16.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.16.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.16.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.17 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.17.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.18 See CDRL DI-MISC-80678 (Special Emphasis C of C) - The certificate of compliance must show traceability to the marking applied on each individual item, and must contain the following information: 1. Contractor's name, address, phone number and date. 2. The contract/purchase order number (i.e. N00104-11-P-FA12). 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants, sealants, anti-seize, and/or thread locking compounds. ("N/A" when Not Applicable). 5. Cure date ("N/A" when Not Applicable). 6. Manufacturer's compound number ("N/A" when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding performed on this Contract. ("N/A" when Not Applicable). 8. A statement for any Hull, Mechanical and Electrical (HM&E) testing required that include the name of the test and that it was performed satisfactorily. If no HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A." 9. A statement to the effect that all items furnished on this contract are in full compliance with the specifications and requirements. 10. Contractor's or authorized personnel's signature. 3.18.1 For Connectors, Cables, and Junction Boxes procured to EB Specs S-5343934-1, S-5343934-2, S-5343934-3, or Dry Deck Shelter Specification S-5486639-1, the Certificate Of Compliance must also include the information below: 11. A notation that 32 root mean square (RMS) finishes are in accordance with the specifications and are free of imperfections. 12. Direct reading of O-ring surface diameters with specified standard. 3.18.2 For Self-Locking Hex Nuts procured to NASM 25027, the Certificate Of Compliance must also include the information below: 13. A statement to the effect that qualification testing in accordance with NASM 25027 Paragraph 3.2 is satisfactorily performed. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and the Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and the Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and the Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements. 4.1.4 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and the Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at: https://register.nslc.navy.mil/ 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important...
Synopsis - Materiel Management Operations
UPDATE as of 14 NOV 2025: Due to unforeseen circumstances related to the 1 OCT 2025 Government shutdown period, the Government's forecasted date to issue a solicitation is revised to the end of December 2025 or early January 2026 timeframe. Please continue to monitor SAM.gov for any future updates. PART: U.S. GOVERNMENT PROCUREMENTS AFTC/PZZF Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 SUBJECT: Materiel Management Operations This is a synopsis of contract action (SOCA); this is not a solicitation for a Request for Proposal, Invitation to Bid, or a commitment, implied or otherwise, that AFTC/PZIOA will take procurement action in the matter. No reimbursement will be made for any costs associated with providing information in response to this SOCA or any follow-up information requests. The purpose of this SOCA is to notify industry of a future requirement for Edwards AFB, CA. The Government is forecasting to post a solicitation prior to 15 JAN 2026. This notice is for the Edwards Air Force Base Materiel Management Operations. The applicable NAICS is 561210 with a size standard of $47.0 million. The following is a brief description of the requirement: The offeror shall provide all management, personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform MMO services as defined in the attached draft Performance Work Statement (PWS). This includes the planning, coordination, and surveillance of the activities necessary to ensure disciplined work performance and timely resources application to accomplish all tasking under any resulting contract. The offeror will be responsible for and required to implement, and maintain management control systems necessary to plan, organize, direct, and control all activities under any resulting contract. Note: The Government intends to incorporate Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 226.72 Demonstration Project for Contractors Employing Persons with Disabilities into the requirement. This notice does NOT constitute a Request for Quotation, Request for Proposal, Invitation to Bid, or a commitment, implied or otherwise, that the Government will take procurement action in this matter. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. THIS IS NOT A REQUEST FOR PROPOSALS NOTICE.
Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/ Uniform Formulary Additional Discount Program
The Department of Defense (DoD) is required by law (10 U.S.C. § 1074g) to establish an effective, efficient, integrated pharmacy benefits program for the Military Health System (MHS) which includes the purchase pharmaceutical agents. The law and implementing regulation (32 CFR Section 199.21) describe the process by which the DoD Pharmacy and Therapeutics (P&T) Committee will consider the relative clinical effectiveness and relative cost effectiveness of pharmaceutical agents in a therapeutic class in recommending the selection of agents for the DoD Uniform Formulary (UF) and, for cost sharing purposes, the classification of a pharmaceutical agent as generic, formulary, Basic Core Formulary (BCF), Extended Core Formulary (ECF), or non-formulary (NF). Prior to the scheduled P&T Committee meeting, a Request for Quotation (RFQ) for pharmaceutical agents within Drug Classes identified for placement on the UF has been issued to obtain quotes from industry. The Defense Health Agency may award Uniform Formulary Blanket Purchase Agreements (UF BPA) and the Uniform Formulary Additional Discount Program Agreements (UF ADP) based on the UF decision. This process is described in the attached RFQ. a. Oncological Agents – Myelofibrosis Inrebic Jakafi Ojjaara Vonjo b. Antihemophilic Agents - Non-Factor Agents Alhemo Pen Hemlibra Hympavzi Pen Qfitlia The RFQ, including UF BPA and UF ADP appendices are attached here in. The instructions, important deadlines, and points of contact are in document, RFQ HT9402-26-Q-9101. Pre-quotation teleconference is on November 20, 2025. Details are stated in Part 2.4. Pre-Quotation Teleconference.
Cable Assembly
NSN 6150-01-226-2057, SPE4A626R0033 is for a long-term contract consisting of a one (5 year) base period. The solicitation will be in accordance with DCX-Chol Enterprises (CAGE 274560) P/N 09022F5001-1 This acquisition is a small business set-aside. FOB is Origin, Inspection and Acceptance will be at destination. Production Delivery is 186 days ARO. Stock shipments will be within the continental U.S. Estimated annual demand (EAD) for the 5-year base period: 771 ea. GUARANTEED MINIMUM QUANTITY FOR THE BASE PERIOD ONLY: 385 ea A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA DLA DIBBS AT https://dibbs.bsm.dla.mil . 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. Solicitation ISSUE DATE is on or about Dec 2, 2025.
Y--NGWSP INTAKE & RIVER PUMPING PLANT
NGWSP INTAKE & RIVER PUMPING PLANT
POWER SUPPLY
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT|N/A|TBA|SPRMM1|TBA|TBA|TBA|TBA|TBA|TBA|TBA|||||| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|10 DAYS| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|X|X|X|||X|||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| THIS AMENDMENT INCORPORPORATES THE FOLLOWING: INCREASE THE QUANTITY FROM 01 TO 05 FOR THE BASE SUBCLIN AND FROM 01 TO 05 FOR THE OPTION SUBCLIN. INCLUDES EMERGENCY ACQUISITION FLEXIBILITIES EXTEND THE CLOSING DATE UNTIL 11/12/2025. THIS SOLICITATION IS BEING ISSUED UNDER SEPA-EAF AUTHORITY. ADDITIONAL CLAUSES HAVE BEEN INCORPORATED AND THE FOLLOWING IS INCLUDED: (P) DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. \ THE PURPOSE OF THIS AMENDMENT IS TO UPDATE THE TDP. NO OTHER CHANGES. 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. No drawings or technical data are available for this item. 3. RFID is only required if the Ship To code identified above is listed at thewebsite with DFARS 252.211-7006 PASSIVE RFID, as the time of shipment.Currently, there are no locations listed that require passive RFID tagging. 4. 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. 5. If supplies will be packaged at a location different from the offeror address, the offeror shall provide the name and street address of the packaging facility. Inspection of material will be at: ______________________________________________________________ Inspection of packaging and final acceptance of material will be at: ______________________________________________________________ 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. ____________________________________________________________ It is recommended that vendors register with the Navy Electronic Commerce Online (NECO) at https://www.neco.navy.mil to receive automated notifications from NECO when solicitations/amendments and contracts/modifications are issued by DLA Maritime Mechanicsburg and posted to EDA. 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. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the POWER SUPPLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The POWER SUPPLY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;97942 8704526G03; 3.2 ;Authorized Reseller must procure part number directly from OEM.; 3.3 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 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 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 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.
59--CCA,RELAY
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| 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|TBD|W25G1U|TBD||N/A|N/A||N/A|N/A||N/A| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| 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.||||| 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 (FEB2024))|11|||||||||||| PROGRESS PAYMENTS (NOV 2021)|4||||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (NOV 2021))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|335314|750|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| TYPE OF CONTRACT (APR 1984)|1|Firm Fixed| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (FEB 2024))|1|| THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS. THE TOTAL QUANITTY IS HEREBY UPDATED TO QTY 45. PLEASE SEE CONTINUATION PAGE FOR DETAILS. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS: THE CLOSING DATE FOR QUOTES IS HEREBY UPDATED TO 16 JANUARY 2026. THE TOTAL QUANTITY IS HEREBY INCREASED BY QTY 15 FROM QTY 40 TO QTY 55. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THIS AMENDMENT IS TO UPDATE THE FOLLOWING: THE CLOSING DATE FOR QUOTES IS HEREBY UPDATED TO 02 OCTOBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS: THE REQUEST FOR QUOTES DATE IS HEREBY EXTENDED TO 04 SEPTEMBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THE PURPOSE OF THIS AMENDMENT IS TO UPDATE THE FOLLOWING: 1. THE QUANTITY IS HEREBY INCREASED BY QTY 5, FROM QTY 35 TO 40. 2. THE REQUEST FOR QUOTES CLOSING DATE IS HEREBY EXTENDED TO 02 JULY 2025. SEE CONTINUATION PAGE FOR ADDITIONAL DETAILS. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME./ 1. Drawings and Technical data are not available from the government. All contractual documents (i.e. contracts, purchase orders, task orders, delivery ordersand 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. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Final delivery of material (365 days) NOTICE TO CONTRACTOR'S PROVIDING SURPLUS MATERIAL: 4. A surplus material certificate and label MUST accompany your quotation for surplus/new surplus/new manufactured surplus material. ALL surplus material MUSThave traceability back to a Government contract in order to be considered for 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. 5. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 6. Any contract/order awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities ?nd Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. 7.NECO bids will not be accepted, offers must include original RFP and be emailed (benjamin.t.spangler.civ@us.navy) 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CCA,RELAY . 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-130 | | |N |121116|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |961001|A| 2| | DOCUMENT REF DATA=ISO9001 | | | |150901|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CCA,RELAY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;04804 100H417G01; 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. 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. 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.
Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
Construction/Supply Hybrid Contract: Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) The Northwestern Division is made up of five districts: Portland District (NWP), Seattle District (NWS), Walla Walla District (NWW), Kansas City District (NWK), and Omaha District (NWO). The Northwestern Division maintains 29 hydropower projects, 10 locks (navigation projects), and 82 flood risk management projects throughout the NWD area of responsibility (AOR). Task Orders will primarily be for the construction, rehabilitation, supply and replacement of various types of cranes, hoists, and lifting device equipment at Civil Works projects within NWD’s AOR. Project locations are within the states of Colorado, Idaho, Iowa, Kansas, Missouri, Montana, Nebraska, North Dakota, Oregon, South Dakota, Washington, and Wyoming. The equipment will include, but is not limited to, the following: Overhead Bridge Cranes (typical capacity may range from 15 tons to 600 tons); Overhead Gantry Cranes (typical capacity may range from 15 tons to 480 tons); Underhung Monorail Cranes (typical capacity may range from 5 tons to 25 tons); Pedestal Cranes; Derrick Cranes (typical capacity may range from 10 tons to 200 tons); Below-the-Hook Devices; and Base/Wall Mounted Jib Hoists/Booms. Rehabilitation work may consist of constructing, repairing, replacing, and/or upgrading worn components of crane systems to make the equipment fully functional to support mission requirements. Components may include lifting beams and/or lifting devices, hoist machinery such as wire rope drums, speed reducers and open gearing, load brake systems, motors, brakes, wire rope, load blocks, load indicating systems (load cells), structural repairs, crane rails, crane access/egress and safety upgrades, operator cabs, painting, control systems (including variable frequency drives (VFDs) and programmable logic controllers (PLCs)), warning/alarm systems, electrical systems, rail feeders, and may include similar crane projects that fall under NAICS 238290. Rehabilitation and replacement crane work may require analysis, design, and documentation of requirements, stability, capacity uprating, loads tests, supporting and securing structures, and crane components by registered engineers. Activities may include metals-based paint (which includes lead), asbestos, and other hazardous material removal; painting; final inspections and testing services; and classification/ marking of final product. Work areas may be difficult to access, requiring entrance of confined spaces, traffic control, construction of scaffolding, or facilitation access by crane/lift. Task orders will be D-B-B or D-B in which the contractor is required to act as the Engineer of Record for the design and construction services. (See ER 1110-1-12, Paragraph 8-2). D-B-B task orders may include plans and specifications detailing the rehabilitation or replacement, which the Contractor may be required to provide manufacturing, installation, testing, training, submittals for approval, and incidental design. Rehabilitation and replacement efforts may include some or all of the following: design, manufacturing, fabrication, supply, installation, testing, and certification. Logistic support of individual tasks will include spares determination and inclusion and statements of intended availability of spare parts by the original equipment manufacturer. Task orders under the MATOC will fall under the following magnitudes with 100% performance and payment bonding required for construction efforts: Between $1,000,000 and $5,000,000 Between $5,000,000 and $10,000,000 Between $10,000,000 and $25,000,000 Between $25,000,000 and $100,000,000 All work must be performed within USACE guidance and in accordance with local, State and Federal requirements. Performance and payment bonds will be required at the task order level. The solicitation will follow the Two-Phase Design-Build Selection Procedures as outlined in FAR Subpart 36.3. The resulting MATOC awards will be issued on a Firm Fixed Price basis. Task Orders awarded under this acquisition are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Solicitation documents for the Request for Proposal No. W912EF26RA004 will be posted to the Sam.gov website on or about November 20, 2025. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. The solicitation is to be competed as Unrestricted. The small business size standard for NAICS Code 238290, Other Building Equipment Contractors is no more than $22,000,000 in average annual receipts. A site visit will be offered during Phase II of the two-phase selection process. Only one site visit is expected to be offered. Important Note: The Sam.gov response date listed elsewhere in this synopsis is for the Sam.gov archive purposes only. It has no relationship to the actual proposal submission date. The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via Sam.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerers are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offerer's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to Sam.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on Sam.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with 1-551 stamp or attached INS Form 1-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form 1-151 or 1-551), Temporary Resident Card (INS Form 1-688), Employment Authorization Card (INS Form l-688A), Reentry Permit (INS Form 1-327), Refugee Travel Document (INS Form 1-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form l-688B). Send this information by email to cynthia.h.jacobsen@usace.army.mil and chandra.d.crow@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
59--CCA,RELAY
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| 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|TBD|W25G1U|TBD||N/A|N/A||N/A|N/A||N/A| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| 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.||||| 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 (FEB2024))|11|||||||||||| PROGRESS PAYMENTS (NOV 2021)|4||||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (NOV 2021))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|335314|750|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| TYPE OF CONTRACT (APR 1984)|1|Firm Fixed| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (FEB 2024))|1|| THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS: THE CLOSING DATE FOR QUOTES IS HEREBY UPDATED TO 16 JANUARY 2026. THE TOTAL QUANTITY IS HEREBY INCREASED BY QTY 15 FROM QTY 40 TO QTY 55. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THIS AMENDMENT IS TO UPDATE THE FOLLOWING: THE CLOSING DATE FOR QUOTES IS HEREBY UPDATED TO 02 OCTOBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS: THE REQUEST FOR QUOTES DATE IS HEREBY EXTENDED TO 04 SEPTEMBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THE PURPOSE OF THIS AMENDMENT IS TO UPDATE THE FOLLOWING: 1. THE QUANTITY IS HEREBY INCREASED BY QTY 5, FROM QTY 35 TO 40. 2. THE REQUEST FOR QUOTES CLOSING DATE IS HEREBY EXTENDED TO 02 JULY 2025. SEE CONTINUATION PAGE FOR ADDITIONAL DETAILS. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME./ 1. Drawings and Technical data are not available from the government. All contractual documents (i.e. contracts, purchase orders, task orders, delivery ordersand 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. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Final delivery of material (365 days) NOTICE TO CONTRACTOR'S PROVIDING SURPLUS MATERIAL: 4. A surplus material certificate and label MUST accompany your quotation for surplus/new surplus/new manufactured surplus material. ALL surplus material MUSThave traceability back to a Government contract in order to be considered for 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. 5. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 6. Any contract/order awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities ?nd Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. 7.NECO bids will not be accepted, offers must include original RFP and be emailed (benjamin.t.spangler.civ@us.navy) 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CCA,RELAY . 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-130 | | |N |121116|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |961001|A| 2| | DOCUMENT REF DATA=ISO9001 | | | |150901|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CCA,RELAY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;04804 100H417G01; 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. 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. 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.
59--CCA,RELAY
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| 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|TBD|W25G1U|TBD||N/A|N/A||N/A|N/A||N/A| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| 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.||||| 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 (FEB2024))|11|||||||||||| PROGRESS PAYMENTS (NOV 2021)|4||||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (NOV 2021))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|335314|750|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| TYPE OF CONTRACT (APR 1984)|1|Firm Fixed| ALTERATIONS IN SOLICITATION (APR 1984)|3|||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (FEB 2024))|1|| THIS AMENDMENT IS TO UPDATE THE FOLLOWING: THE CLOSING DATE FOR QUOTES IS HEREBY UPDATED TO 02 OCTOBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THE PURPOSE OF THIS AMENDMENT IS AS FOLLOWS: THE REQUEST FOR QUOTES DATE IS HEREBY EXTENDED TO 04 SEPTEMBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. THE PURPOSE OF THIS AMENDMENT IS TO UPDATE THE FOLLOWING: 1. THE QUANTITY IS HEREBY INCREASED BY QTY 5, FROM QTY 35 TO 40. 2. THE REQUEST FOR QUOTES CLOSING DATE IS HEREBY EXTENDED TO 02 JULY 2025. SEE CONTINUATION PAGE FOR ADDITIONAL DETAILS. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME./ 1. Drawings and Technical data are not available from the government. All contractual documents (i.e. contracts, purchase orders, task orders, delivery ordersand 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. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Final delivery of material (365 days) NOTICE TO CONTRACTOR'S PROVIDING SURPLUS MATERIAL: 4. A surplus material certificate and label MUST accompany your quotation for surplus/new surplus/new manufactured surplus material. ALL surplus material MUSThave traceability back to a Government contract in order to be considered for 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. 5. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 6. Any contract/order awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities ?nd Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. 7.NECO bids will not be accepted, offers must include original RFP and be emailed (benjamin.t.spangler.civ@us.navy) 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CCA,RELAY . 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-130 | | |N |121116|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |961001|A| 2| | DOCUMENT REF DATA=ISO9001 | | | |150901|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CCA,RELAY furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;04804 100H417G01; 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. 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. 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.
59--CCA,RELAY
NSN 7H-5945-014713214, TDP VER 004, REF NR 100H417G01, QTY 35 EA, DELIVER TO W25G1U, W1A8 DLA DISTRIBUTION, NEW CUMBERLAND, PA 17070-5002. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. One or more of the items under this acquisition is subject to: Free Trade Agreements, if DFARS clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, is included in the solicitation. The World Trade Organization Government Procurement Agreement and Free Trade Agreements, if DFARS clause 252.225-7021 Trade Agreements, is included in the solicitation.
RE-POST: Stennis MS Mini Mart Cafe zero cost contract services
Amendment 0003 is posted to extend the proposals submission date to 01 16 26. Amendment 0002 is posted on 10 24 25 to extend the questions and proposals submission dates. Amendment 0001 is posted on 09 26 25 to extend the questions and proposals submission dates. This is a re-post of the previous solicitation RFQ #040ADV-25-Q-0025 SPF Mini Mart Café. The new solicitation number is RFQ #040ADV-25-Q-0054 SPF Mini Mart Café. The United States Government Publishing Office (GPO) is seeking quotes for DC Mini Mart Café services that fall within the Scope of Work (SOW) specified in Section C, to support the Government Security & Intelligent Documents Division (SID) in Stennis, MS of the Government Publishing Office customers. This is a no cost contract award contract, the services will be provided, and compensation will be received through transactions from actual food and drinks purchases. The services must be placed against the contract in accordance with the Material Management Acquisition Regulation (MMAR). GPO anticipates a no cost contract consistent with the Materials Management Acquisition Regulation (MMAR) 16.302. Under a no-cost contracting arrangement, the contractor’s profit, if any, shall be derived from the revenue stream created through fees collected, if any. GPO is reposting this solicitation from RFQ #040ADV-25-Q-0025 SPF Mini Mart Cafe. GPO is collaborating with the Office of Vocational Rehabilitation for the Blind https://www.mdrs.ms.gov/vrb and following all required compliance for the MS state and compliance with the Federal laws. This solicitation will complement the efforts that GPO is taking together with the Office of Vocational Rehabilitation for the Blind. The questions and answers previously completed from the previously posted original solicitation are included in this solicitation as an attachment, see section J - Attachment J.3 040ADV-25-Q-0025-C001 Q&A July 2025 for your reference. The Government intends to award multiple contracts resulting from this solicitation to the responsible Offeror(s) whose proposal represents the best interest to the Government after evaluation in accordance with the factors as set forth in this solicitation and in accordance with 13.106-2 and elements of MMAR 15. The Government also reserves the right to award more than one contract or not to award a contract in response to this solicitation. The basis of award will be in accordance with MMAR Part 15.101-2, Lowest price technically acceptable source selection process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors and upon prices being determined fair and reasonable. Offerors must clearly review Sections L and M of this RFQ. Section L, Instructions to Offerors, of the RFQ sets forth all instructions for the preparation and submission of required proposal contents. Prospective offerors must submit questions by the deadline identified above, and proposals to Nataliya Holl at email: nholl@gpo.gov and Paige Menard at pmenard@gpo.gov. Prospective offerors must follow the instructions to submit the proposals specified in Section L. Section M states the criteria by which proposals will be evaluated. Failure to comply with submission dates will deem the submission unacceptable, and proposals will not be reviewed or evaluated. The purpose of this contract is to provide GPO with SDF Mini Mart Café services for Stennis, MS and that fall within the Scope of Work (SOW) specified in Section C - to support the Government Security & Intelligent Documents Division (GSID) of the Government Publishing Office customers. This is a no cost contact and compensation will be provided from direct drinks and food purchases of customers. Under a no-cost contracting arrangement, the contractor’s profit, if any, shall be derived from the revenue stream created through fees collected, if any. The services must be placed against the contract in accordance with the Material Management Acquisition Regulation (MMAR). BACKGROUND: The United States Government Publishing Office, hereafter known as the “AGENCY”, has a need to supply onsite breakfast, lunch and dinner food and drinks for employees at its Stennis, MS Location. AGENCY is seeking a vendor, hereafter known as “VENDOR”, for the purpose of selling hot and cold prepared food, beverages and other assorted products, 24hrs. per day, in the main break room area at 9101 Leonard Kimble Road, Stennis Space Center, MS, 39529. SCOPE: There is a demand for breakfast and lunch mini-market to support the fast-paced working environment at GPO Stennis, MS. The following are the customers’ expectations: fresh and healthy food availability, convenience, variety of the food and beverages, and really anything else that may be in demand for the agency’s employees, and transparency in pricing. The mini market needs to be all about employees convenience and satisfying consumer needs through a seamless unattended retail experience. The mini market needs to provide food and beverages for 30-50 people per day per shift. GPO has a total of three shifts for 24 hours of operations with a total of more than 100 employees. Over the next year there is an expectation for 180 people. VENDOR is required to install and operate the following mini-market equipment on the at the AGENCY address in Stennis, MS as agreed upon by the parties. The following hot and cold food, beverages and other assorted products storage items are required: Single or Double Door and/or Single Door Reach-in cold beverage cooler(s) – 5 items Single Door Reach-in cooler for perishable cold food products – 5 items Shelving/racking for dry goods and snacks (healthy options) – 3 items Hot Coffee and tea bar option – 3 items Self-checkout Kiosk – 2 items Additional equipment may be added or removed as agreed upon by the parties PLACE OF PERFORMANCE: All services required from VENDOR will be provided at AGENCY’s SPF Location of 9101 Leonard Kimble Road, Stennis Space Center, MS, 39529.
Local Exchange Services for Fort Leavenworth, KS.
(ii) The solicitation number is W91RUS25QA016. This solicitation is a Request for Quote (RFQ) IAW FAR Parts 12 and 13. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. (iv) The applicable NAICS code is 517111 and the small business size standard is less than 1500 employees. This acquisition is not set-aside for small businesses. (v) The contract line item numbers and items, quantities and unit of issue are identified on the attached Pricing Schedule. The contract scope and requirements are described in the attached Statement of Work (SOW). The Statement of Work is available under the attachments section below. (vi) This Request for Quote is for the local voice and data circuits listed in the Statement of Work for Fort Leavenworth, KS. (vii) Performance Periods: Installation/Cut-Over (CLIN 0001) Base Year (CLIN 0001) (viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition including the following addendum: 52.212-1 Addendum (b) Submission of Offers. (13) Quotations will only be accepted from facilities-based incumbent and competitive local exchange carriers certified by the State of Kansas to provide local exchange services. (14) Submit quotations via e-mail to the Contracting Officer not later than the response date and time specified in the announcement. (15) Submit the following with each quotation: Contracting Information (A) The Unique Entity Identifier (UEI) number of the Offeror registered in the System for Award Management (SAM). (B) Proof the Offeror is a facilities-based carrier certified to provide local exchange services within the State of Kansas. Quotations will only be accepted from facilities-based carriers certified to provide local exchange services. (ii) Pricing. Submit a completed copy of the attached price quotation spreadsheet including the Offeror's prices and all applicable taxes, fees and surcharges. Unit prices must be limited to two decimal places. Identify non-priced SLINs by entering NSP or NC in the unit price. The US Army is a Federal Government entity, and as such, is exempt from certain taxes. Offerors must identify and include the quantity and amounts of all applicable taxes, fees and surcharges on the Pricing Schedule. Quotations should not include any taxes from which the Federal Government is exempt. (ii) Technical Solution. A detailed narrative and network diagram describing the Offeror's facilities, network, and infrastructure to deliver the services in the Statement of Work to the demarcation locations. Long distance charges are not within scope of this requirement and technical solutions that do not allow the US Army to designate DISA's mandatory long distance provider as the primary interchange carrier (PIC) in accordance with the Statement of Work are not technically acceptable. (iii) Past Performance Information. Provide information from recent contracts performed within the last three (3) years, which are considered relevant in demonstrating ability to perform local exchange services involving similar scope, magnitude of effort, and complexities as the services described in this solicitation. Include the following administrative data for each referenced contract submitted: Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc.); period of performance, identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer. Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 90 days from the date specified for receipt of quotations. Multiple awards. This award shall be made on an all or none basis. Offerors must provide a quotation to provide ALL of the circuits in the Statement of Work, Appendix 10. Quotations that do not include all of the circuits required in the Statement of Work will not be considered. End of 52.212-1 Addendum (viiii) Provision 52.212-2, Evaluations, applies to this acquisition including the following addendum: Addendum to FAR 52.212-2 (a) The Government will award a firm-fixed price contract to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price The total amount for the base year and all option years will be evaluated from the Pricing Schedule. Technical Capability - Acceptable is defined as a quotation that clearly meets the minimum requirements of the solicitation and Statement of Work. Unacceptable is defined as a quotation that does not clearly meet the minimum requirements of the solicitation and Statement of Work. Past Performance - The Government will conduct an evaluation and review of all recent past performance data obtained to determine how closely the work performed under these efforts relates to the proposed effort and how well that work was performed. The Offeror shall consider the requirements contained in FAR Clauses 52.212-1 when submitting their past performance references. Past performance shall be evaluated based on how recent, relevant and the quality of services rendered. To consider relevancy and quality the past performance evaluation will consider all aspects of an offerors' past performance. For purposes of this evaluation, recent is defined as contracts performed within the past three (3) years from the issuance date of the solicitation. This factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the pass performance clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the past performance does not clearly meet the minimum requirements of the solicitation. (x) Offerors are encouraged to complete all Representations and Certifications electronically at the System for Award Management website located at URL https://sam.gov/ . If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, which can be obtained at https://www.acquisition.gov/browse/index/far, FAR Part 52 or online at https://sam.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addenda: 52.212-4 Addendum (w) Continuity of Services and Option to Extend Telecommunication Services. (1) For all services required on this contract, the contractor shall continue to provide services until a release date is established by the Government as a result of competition (cutover complete) or termination (including termination for cause or government convenience). (2) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, before contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to - (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition. The Contractor shall (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; and (iii) Notify the Government of any services not cutover after contract expiration. End of 52.212-4 Addendum (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. In addition, clauses required by the FAR/DFARS/AFFARS, either by reference or full text, will also apply (clauses may be obtained via the internet at https://www.acquisition.gov/browse/index/far). 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far 52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far
Local Exchange Services for Fort McCoy, WI.
(ii) The solicitation number is W91RUS25QA015. This solicitation is a Request for Quote (RFQ) IAW FAR Parts 12 and 13. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04. (iv) The applicable NAICS code is 517111 and the small business size standard is less than 1500 employees. This acquisition is not set-aside for small businesses. (v) The contract line item numbers and items, quantities and unit of issue are identified on the attached Pricing Schedule. The contract scope and requirements are described in the attached Statement of Work (SOW). The Statement of Work is available under the attachments section below. (vi) This Request for Quote (RFQ) is for the local voice and data circuits listed in Appendix 10 of the Statement of Work for Fort McCoy, WI. (vii) Performance Periods: Installation/Cut-Over (CLIN 0001) Base Year, 12 months (CLIN 0002) Option Year One, 12 months (CLIN 0003) Option Year Two, 12 months (CLIN 0004) Option Year Three, 12 months (CLIN 0005) Option Year Four, 12 months (CLIN 0006) (viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition including the following addendum: 52.212-1 Addendum (b) Submission of Offers. (13) Quotations will only be accepted from facilities-based incumbent and competitive local exchange carriers certified by the State of Wisconsin to provide local exchange services. (14) Submit quotations via e-mail to the Contracting Officer not later than the response date and time specified in the announcement. (15) Submit the following with each quotation: Contracting Information (A) The Unique Entity Identifier (UEI) number of the Offeror registered in the System for Award Management (SAM). (B) Proof the Offeror is a facilities-based carrier certified to provide local exchange services within the State of Wisconsin. Quotations will only be accepted from facilities-based carriers certified to provide local exchange services. (ii) Pricing. Submit a completed copy of the attached price quotation spreadsheet including the Offeror's prices and all applicable taxes, fees and surcharges. Unit prices must be limited to two decimal places. Identify non-priced SLINs by entering NSP or NC in the unit price. The US Army is a Federal Government entity, and as such, is exempt from certain taxes. Offerors must identify and include the quantity and amounts of all applicable taxes, fees and surcharges on the Pricing Schedule. Quotations should not include any taxes from which the Federal Government is exempt. (ii) Technical Solution. A detailed narrative and network diagram describing the Offeror's facilities, network, and infrastructure to deliver all of the circuits in the Statement of Work to the demarcation locations. Technical solutions that do not include all of the circuits required in the Statement of Work will not be accepted. Long distance charges are not within scope of this requirement and technical solutions that do not allow the US Army to designate DISA's mandatory long distance provider as the primary interchange carrier (PIC) in accordance with the Statement of Work are not technically acceptable. (iii) Past Performance Information. Provide information from recent contracts performed within the last three (3) years, which are considered relevant in demonstrating ability to perform local exchange services involving similar scope, magnitude of effort, and complexities as the services described in this solicitation. Include the following administrative data for each referenced contract submitted: Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc.); period of performance, identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer. Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 90 days from the date specified for receipt of quotations. Multiple awards. This award shall be made on an all or none basis. Offerors must provide a quotation to provide ALL of the circuits in the Statement of Work, Appendix 10. Quotations that do not include all of the circuits required in the Statement of Work will not be considered. End of 52.212-1 Addendum (viiii) Provision 52.212-2, Evaluations, applies to this acquisition including the following addendum: Addendum to FAR 52.212-2 (a) The Government will award a firm-fixed price contract to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price The total amount for the base year and all option years will be evaluated from the Pricing Schedule. Technical Capability - Acceptable is defined as a quotation that clearly meets the minimum requirements of the solicitation. Unacceptable is defined as a quotation that does not clearly meet the minimum requirements of the solicitation. Past Performance - The Government will conduct an evaluation and review of all recent past performance data obtained to determine how closely the work performed under these efforts relates to the proposed effort and how well that work was performed. The Offeror shall consider the requirements contained in FAR Clauses 52.212-1 when submitting their past performance references. Past performance shall be evaluated based on how recent, relevant and the quality of services rendered. To consider relevancy and quality the past performance evaluation will consider all aspects of an offerors' past performance. For purposes of this evaluation, recent is defined as contracts performed within the past three (3) years from the issuance date of the solicitation. This factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the pass performance clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the past performance does not clearly meet the minimum requirements of the solicitation. (x) Offerors are encouraged to complete all Representations and Certifications electronically at the System for Award Management website located at URL https://sam.gov/ . If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, which can be obtained at https://www.acquisition.gov/browse/index/far, FAR Part 52 or online at https://sam.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addenda: 52.212-4 Addendum (w) Continuity of Services and Option to Extend Telecommunication Services. (1) For all services required on this contract, the contractor shall continue to provide services until a release date is established by the Government as a result of competition (cutover complete) or termination (including termination for cause or government convenience). (2) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, before contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to - (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition. The Contractor shall (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; and (iii) Notify the Government of any services not cutover after contract expiration. End of 52.212-4 Addendum (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. In addition, clauses required by the FAR/DFARS/AFFARS, either by reference or full text, will also apply (clauses may be obtained via the internet at https://www.acquisition.gov/browse/index/far). 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far 52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far
Local Exchange Services for the McAlester AAP, OK.
(ii) The solicitation number is W91RUS25Q0022. This solicitation is a Request for Quote (RFQ) IAW FAR Parts 12 and 13. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03. (iv) The applicable NAICS code is 517111 and the small business size standard is less than 1500 employees. This acquisition is not set-aside for small businesses. (v) The contract line item numbers and items, quantities and unit of issue are identified on the attached Pricing Schedule. The contract scope and requirements are described in the attached Statement of Work (SOW). The Statement of Work is available under the attachments section below. (vi) This Request for Quote is for the local voice and data circuits listed in the Statement of Work for the McAlester AAP, OK. (vii) Performance Periods: Installation/Cut-Over (CLIN 0001) Base Year (CLIN 0001) (viii) Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition including the following addendum: 52.212-1 Addendum (b) Submission of Offers. (13) Quotations will only be accepted from facilities-based incumbent and competitive local exchange carriers certified by the State of Oklahoma to provide local exchange services. (14) Submit quotations via e-mail to the Contracting Officer not later than the response date and time specified in the announcement. (15) Submit the following with each quotation: Contracting Information (A) The Unique Entity Identifier (UEI) number of the Offeror registered in the System for Award Management (SAM). (B) Proof the Offeror is a facilities-based carrier certified to provide local exchange services within the State of Oklahoma. Quotations will only be accepted from facilities-based carriers certified to provide local exchange services. (ii) Pricing. Submit a completed copy of the attached price quotation spreadsheet including the Offeror's prices and all applicable taxes, fees and surcharges. Unit prices must be limited to two decimal places. Identify non-priced SLINs by entering NSP or NC in the unit price. The US Army is a Federal Government entity, and as such, is exempt from certain taxes. Offerors must identify and include the quantity and amounts of all applicable taxes, fees and surcharges on the Pricing Schedule. Quotations should not include any taxes from which the Federal Government is exempt. (ii) Technical Solution. A detailed narrative and network diagram describing the Offeror's facilities, network, and infrastructure to deliver the services in the Statement of Work to the demarcation locations. Long distance charges are not within scope of this requirement and technical solutions that do not allow the US Army to designate DISA's mandatory long distance provider as the primary interchange carrier (PIC) in accordance with the Statement of Work are not technically acceptable. (iii) Past Performance Information. Provide information from recent contracts performed within the last three (3) years, which are considered relevant in demonstrating ability to perform local exchange services involving similar scope, magnitude of effort, and complexities as the services described in this solicitation. Include the following administrative data for each referenced contract submitted: Offeror's company name; contracting agency; contract number; brief description of contract; contract type (i.e., fixed price, time and material, etc.); period of performance, identification of any significant achievements or past problems and resolution; and name, address, telephone number, and email address of program manager and Contracting Officer. Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 90 days from the date specified for receipt of quotations. Multiple awards. This award shall be made on an all or none basis. Offerors must provide a quotation to provide ALL of the circuits in the Statement of Work, Appendix 10. Quotations that do not include all of the circuits required in the Statement of Work will not be considered. End of 52.212-1 Addendum (viiii) Provision 52.212-2, Evaluations, applies to this acquisition including the following addendum: Addendum to FAR 52.212-2 (a) The Government will award a firm-fixed price contract to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price The total amount for the base year and all option years will be evaluated from the Pricing Schedule. Technical Capability - Acceptable is defined as a quotation that clearly meets the minimum requirements of the solicitation and Statement of Work. Unacceptable is defined as a quotation that does not clearly meet the minimum requirements of the solicitation and Statement of Work. Past Performance - The Government will conduct an evaluation and review of all recent past performance data obtained to determine how closely the work performed under these efforts relates to the proposed effort and how well that work was performed. The Offeror shall consider the requirements contained in FAR Clauses 52.212-1 when submitting their past performance references. Past performance shall be evaluated based on how recent, relevant and the quality of services rendered. To consider relevancy and quality the past performance evaluation will consider all aspects of an offerors' past performance. For purposes of this evaluation, recent is defined as contracts performed within the past three (3) years from the issuance date of the solicitation. This factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the pass performance clearly meets the minimum requirements of the solicitation. Unacceptable is defined as the past performance does not clearly meet the minimum requirements of the solicitation. (x) Offerors are encouraged to complete all Representations and Certifications electronically at the System for Award Management website located at URL https://sam.gov/ . If not completed on-line, Offerors must include a completed copy of the provisions at FAR 52.212-3, which can be obtained at https://www.acquisition.gov/browse/index/far, FAR Part 52 or online at https://sam.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition to include the following addenda: 52.212-4 Addendum (w) Continuity of Services and Option to Extend Telecommunication Services. (1) For all services required on this contract, the contractor shall continue to provide services until a release date is established by the Government as a result of competition (cutover complete) or termination (including termination for cause or government convenience). (2) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, before contract expiration, a successor, either the Government or another Contractor, may continue them. The Contractor agrees to - (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition. The Contractor shall (i) Provide transitioning of services during cutover period without termination liability charges; (ii) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor; and (iii) Notify the Government of any services not cutover after contract expiration. End of 52.212-4 Addendum (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. In addition, clauses required by the FAR/DFARS/AFFARS, either by reference or full text, will also apply (clauses may be obtained via the internet at https://www.acquisition.gov/browse/index/far). 52.252-1, Solicitation Provisions Incorporated by Reference, Feb 1998. For purposes of this provision, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far 52.252-2, Clauses Incorporated by Reference, Feb 1998. For purposes of this clause, the fill-in is completed as follows: https://www.acquisition.gov/browse/index/far
AN/SPY-6(V) Production RFI/Sources Sought - Copy 2
Update 11/17/2025: The Government intends to re-schedule the Industry Day for 15 December 2025 from 1200-1400 EST. In-person attendance is strongly recommended. If your company had previously expressed interest in attending, a separate communication will be sent confirming if your company still intends to attend the event and to confirm prior attendees provided. If your company had not previously expressed interest in attending but now intends on attending, please submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 15 December 2025: 1200-1400 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees As a result of the Industry Day, if your company has additional feedback, questions, or comments on the Draft Sections B&C of the solicitation, please provide feedback by 19 January 2026. Update 10/21/2025: Due to the current lack of appropriations and furlough status, the Government has postponed the Industry Day. A new Industry Day date will be posted in the near future. Update 10/15/2025: The last day to provide notification of attending the industry day on 27 October 2025 is by COB 22 October 2025. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees and their email addresses, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees Update 9/30/2025: This SAM.gov notice is associated with notice ID N00024-25-R-5510 AN/SPY-6(V) Production. This is not a separate or new contract opportunity. The U.S. Navy is continuing to conduct market research for contract opportunity N00024-25-R-5510 AN/SPY-6(V) Production. Government Furnished Information (GFI) has been made available to interested companies of this effort. Please reach out to the POCs below for additional information. Additional updates regarding contract opportunity N00024-25-R-5510 AN/SPY-6(V) Production will be made here and under the original notice N00024-25-R-5510 AN/SPY-6(V) Production. Draft Sections B and C for the solicitation are available to download via NSERC for companies who have completed and submitted the required forms to gain access to the bidder’s library or via DoD Safe Drop-Off. The Government is inviting Industry to provide any questions, redlines, comments, or feedback by 17 November 2025. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) and Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). The Government intends to hold an industry day on 27 October 2025 from 1100-1300 EST. In-person attendance is strongly recommended. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 Attendees
AN/SPY-6(V) Production RFI/Sources Sought
Update 11/17/2025: The Government intends to re-schedule the Industry Day for 15 December 2025 from 1200-1400 EST. In-person attendance is strongly recommended. If your company had previously expressed interest in attending, a separate communication will be sent confirming if your company still intends to attend the event and to confirm prior attendees provided. If your company had not previously expressed interest in attending but now intends on attending, please submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 15 December 2025: 1200-1400 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees As a result of the Industry Day, if your company has additional feedback, questions, or comments on the Draft Sections B&C of the solicitation, please provide feedback by 19 January 2026. Update 10/21/2025: Due to the current lack of appropriations and furlough status, the Government has postponed the Industry Day. A new Industry Day date will be posted in the near future. Update 10/15/2025: The last day to provide notification of attending the industry day on 27 October 2025 is by COB 22 October 2025. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees and their email addresses, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees Update 9/30/2025: Draft Sections B and C for the solicitation are available to download via NSERC for companies who have completed and submitted the required forms to gain access to the bidder’s library or via DoD Safe Drop-Off. The Government is inviting Industry to provide any questions, redlines, comments, or feedback by 17 November 2025. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) and Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). The Government intends to hold an industry day on 27 October 2025 from 1100-1300 EST. In-person attendance is strongly recommended. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 Attendees Update 7/21/2025: The remaining Government responses to the question submittals are available via DoD Safe Drop-Off. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) or Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Update 7/10/2025: The first batch of Government responses to the question submittals are available via DoD Safe Drop-Off. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) or Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Update 5/12/2025: The Government is hosting a virtual walkthrough of the UNCLASS GFI on 13 May 2025 at 1230 to companies who have received access. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) for more information. Update 5/5/2025: The Government is inviting Industry to provide any additional questions, redlines, comments, or feedback by 20 May 2025. Submit all correspondence via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil). Update 4/16/2025: The Government intends to hold a virtual industry day on 29 April 2025 from 0900 to 1200. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) and a link to the virtual event will be provided. The SPY-6 Team is also offering the opportunity for a 30 minute One-on-One session. When: 30 April 2025 through 1 May 2025 Where: 20 M Street, Washington DC Who: No More than 10 Attendees If your company provided a response to the RFI posting and are interested in scheduling a session, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s preference of day. Update 1/14/2024: The RFI has been updated to provide new information on the Government's intended contracting path forward and ask updated questions based on narrowing down the acquisition strategy. TDP updates are also anticipated to be added to the Bidder's Library in the near future and primary POCs have been updated. There are edits throughout this RFI so please read in it's entirety. UPDATE 4/1/2024: The Unclassified Bidder's Library with draft TDP is now available to industry. For those interested in access, please submit the signed Terms of Use Agreement, DD 2345, and a capabilities statment, if those have not already been provided as well as a request for Bidder's Library access via e-mail to Brittany Burton, (brittany.m.burton4.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Ms. Holly Danner (holly.r.danner.civ@us.navy.mil). SECTION 1: SYNOPSIS The Naval Sea System Command (NAVSEA) is hereby issuing a Sources Sought Request for Information (RFI) on behalf of the Program Executive Office Integrated Warfare Systems Above Water Sensors directorate (PEO IWS 2.0). NAVSEA is issuing this announcement as part of a market survey for the AN/SPY-6 radar variants. This includes the Air and Missile Defense Radar (AMDR) (AN/SPY-6(V)1) for DDG-51 FLT III, the AMDR Backfit radar for DDG-51 FLT IIA (AN/SPY-6(V)4), the Enterprise Air Surveillance Radar (EASR) Rotator (AN/SPY-6(V)2), and the EASR Fixed Face (AN/SPY-6(V)3). For convenience, the term “SPY-6” is used in this RFI to refer to all noted radar variants. The SPY-6 variant radars are built upon common hardware line replaceable units (LRUs) using modular, open system principles. It is PEO IWS 2.0’s intent to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure and supportAN/SPY-6(V) radars as early as FY27, but NLT FY28. The basis for production of SPY-6 hardware is contained in the Technical Data Package (TDP), which is currently available in DRAFT form as Government Furnished Information (GFI). Multi Award Contract (MAC) IDIQ scope will include “Build-to-Print" production where applicable for all variants of SPY-6, and may include technology refresh, obsolescence resolution, and additional development support. The term “Build-to-Print" in this context means producing to the exact specifications, drawings, and design contained within the TDP, with modifications allowed only for the purposes of addressing obsolescence, non-compliances with the system specifications (A-Specifications), and reducing life-cycle cost of all SPY-6 radars to be fielded. The Government intends to compete requirements for breakouts of LRUs or subsystems via multiple delivery or task order within the IDIQ. Feedback is desired from industry on this strategy, the potential LRUs to be competed separately, and individual interest in each of the potential breakouts. Final Contract types have not yet been determined but may be fixed-price incentive, firm-fixed price, or some combination thereof, with the potential for other incentives to be determined. Currently the Government is interested in scheduling 1:1 discussions with industry companies that are interested in participation at the full subsystem level. Future opportunities will be available for interested subcontractor participation. SECTION 2: GENERAL INFORMATION Pursuant to FAR 52.215-3 this is a Request for Information (RFI) notice only. This RFI is for planning purposes and is issued solely for conducting market research in accordance with FAR Part 10. The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. Not responding to this RFI does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via the System for Award Management (SAM.gov) website and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor SAM for additional information pertaining to this requirement. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. PEO IWS 2.0 representatives may or may not choose to meet with RFI respondents. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist and Contracting Officer’s email addresses (listed in Section 5 below). Verbal questions will not be accepted. Questions shall not contain classified information. SECTION 3: REQUIREMENTS OVERVIEW A brief overview of the SPY-6 variant mission requirements and array configuration is provided as follows: AN/SPY-6(V)1 is designed to meet mission performance and size, weight, and power – cooling (SWAP-C) requirements of the DDG-51 FLT III ships with AEGIS Baseline 10 (BL 10) combat system. The AN/SPY-6(V)1 will provide volume search, tracking, Ballistic Missile Defense (BMD) discrimination, and missile communications in a wide diversity of environments and conditions. This variant includes 37 Radar Modular Assemblies (RMAs) per array, each which contain independent transmit and receive LRUs and provide SPY +16 minimum sensitivity. There are 4 arrays per shipset. AN/SPY-6(V)2 is designed to meet Air Defense and Air Traffic Control mission performance and SWAP-C requirements of the CVN (Nimitz) class carriers, Landing Helicopter Assault (LHA) hulls, and Landing Platform/Dock (LPD) hulls. This variant includes a single array on a rotating platform, with 9 RMAs. AN/SPY-6(V)3 is designed to meet Air Defense and Air Traffic Control mission performance and size, weight, and power – cooling (SWAP-C) requirements of CVN (Ford) class carriers and will additionally provide engagement support for Future Frigate (FFG(X)) hulls. This variant includes 9 RMAs per array with 3 arrays per shipset. AN/SPY-6(V)4 is designed to meet mission performance and SWAP-C requirements of the DDG-51 FLT IIA ships with a variant of AEGIS Baseline 10 (BL 10) combat system, to be defined. The AN/SPY-6(V)4 will provide volume search, tracking, BMD discrimination, and missile communications in a wide diversity of environments and conditions. This variant includes 24 RMAs per array with 4 arrays per shipset. The notional shipset procurement schedule (including potential FY27-30 FMS) for the above SPY-6 variants is: SPY-6 Variant FY27 FY27 FY28 FY29 FY30 FY31 FY32 FY33 FY34 FY35 AN/SPY-6(V)1 2-6 2-4 2-4 2-4 2 2 2 2 2 2 AN/SPY-6(V)2 0-2 1-6 0-5 0-1 2 0 0 1 0 0 AN/SPY-6(V)3 1-3 2-3 1-4 1 2 1 1 0 0 1 AN/SPY-6(V)4 2 2-5 2-3 2-3 2 2 2 2 2 2 Unit Totals 5-13 7-18 5-16 6-9 8 5 5 5 4 5 Quantity Note: The Government is considering capturing potential FMS quantities in FY27-FY30 options on this future contract action, which drives the upper-range uncertainty. Multiple countries have expressed interest in procuring SPY-6 variants, but no formal FMS cases are in progress. There is potential for FMS quantities beyond FY30. USN quantities drive the lower end of the range and are stable through FY29, with increased potential for changes beyond. For context, the FY16-25 SPY-6 contract procurement schedules are as follows: SPY-6 Variant FY16 FY17 FY18 FY19 FY20 FY21 FY22 FY23 FY24 FY25 Totals AN/SPY-6(V)1 1 2 1 3 2 0 3 2 2 2 18 AN/SPY-6(V)2 0 0 0 0 4 0 2 2 2 0 10 AN/SPY-6(V)3 0 0 0 0 2 0 2 1 2 1 8 AN/SPY-6(V)4 0 0 0 0 0 0 0 1 1 2 4 Unit Totals 1 2 1 3 8 0 7 6 7 5 40 The Government is interested in procuring SPY-6 radar LRUs from Offerors that have the following attributes: Have past experience developing and manufacturing complex radar systems or subsystems, including S-Band Radio Frequency (RF) electronics, digital communications networks, x86 processing nodes, high-voltage power distribution and conditioning systems, high-capacity cooling units, and array structures. Have demonstrated the ability to produce hardware units according to detailed technical data package materials provided to them. Experience teaming with industry partners for subsystem development Experience cooperating with other prime industry partners integrating complex systems. Experience maintaining fielded Navy hardware systems. The Government contemplates acquisition via the following separate delivery/task orders within the IDIQ for production: Digital Receiver/Exciter (DREX) LRUs Transmit/Receive Integrated Microwave Module (TRIMM) LRUs Prime Power Equipment (PPE) subsystems Production Integrator, including remainder of radar subsystem procurements Level-of-Effort Labor Hours/ODCs for Engineering Support Tasking as necessary via Technical Instruction SECTION 4: SUBMISSION OF RESPONSES The Government is not requiring written responses, although written responses will be accepted. The Government seeks to have a one-on-one discussion with each interested company that would participate as a prime contractor for one or more delivery orders to further discuss this RFI and receive industry responses. The Government also intends to schedule one or more virtual industry days in the future which would allow for participation of interested subcontractors as well as interested prime contractors. Responses to this RFI should be submitted by the closing date and time via e-mail to Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil) SECTION 4.1: CONTENT Written responses are not required, with exception of a capability statement and request for a one-on-one meeting. Companies that submitted a capability statement to the previous RFI are not required to resubmit. Companies that optionally choose to respond to this RFI in writing should provide a response not to exceed thirty (30) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested. Responses should indicate sufficient detail for assessment of potential contracting strategies and company interest; submissions should be organized as follows: Cover Sheet - RFI number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date Company Profile - Include the following information: Company Name Company Address Commercial and Government Entity (CAGE) Code Point of Contact E-mail Address Website address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Please advise if you would like to be publicly disclosed as an interested party through this FBO notice in an effort to foster industry teaming possibilities. Table of Contents, with list of figures and tables with page numbers General response information List of Abbreviations and Acronyms Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. The Government wishes to address the following questions in one-on-one sessions (any questions answered in the previous RFI do not need to be discussed again in one-on-ones unless information has changed): Do you have past experience procuring/producing Build to Print hardware? If so, are there any recommended lessons learned for the Government to incorporate into the contracting strategy? What manufacturing facilities does your organization have and what product lines have been developed in these facilities in the past? Do you see utility in the Government pursuing a multiple award strategy with break-outs of the radar subsystems? Are there additional strategies you would suggest or specific parameters you would suggest to increase your interest in competing? Would you prefer to bid on an entire SPY-6 system or a subset? If subset, which subsystem(s) or LRUs would you be interested in bidding? Do you believe there is utility in breaking out a different subset of components from the Government’s initial set? Would you be willing to compete on a multi-award IDIQ contract? In the event of breaking up the system into separate sources, the Government envisions a “production integrator” to produce any components from the TDP not separately sourced, The “production integrator” would also potentially support the Government in management of subsystem sources, and complete the remaining production scope (e.g. configuration management, planning, array integration and test). What considerations do you have for this role and how it would be contracted? Would this be a role your company is interested bidding for? If this role did not include other subsystem production, would your company be interested in competing? Is there a particular mix of subsystems that, when combined with this role, would make competing for this more enticing to your company? Would your company’s interest change if technology refresh scope were included? Would your company’s interest change if firmware, software, or any other development scope were included? What timeframes does your organization believe are appropriate for proposal preparation, and time from contract award to first production unit delivery? Please specify this timeline for each/any LRUs your company is interested in. What minimum time does your organization require with the TDP prior to submitting a proposal? Do you have suggestions for ways to reduce system cost other than through competition? What upgrades does your organization already have planned for manufacturing facilities? How would preparing for this competition change those plans? How would being awarded a contract change those plans? What flexibility does your organization have in production processes to adjust/adapt to increasing/decreasing number of production units? What near-field range (NFR) facilities does your organization own or have access to? What RF circuit card assembly facilities does your organization own or have access to? How much production capacity is available to support projected demand? If needed what approach would you take for increasing capacity? What manufacturing processes does your organization’s facilities support (e.g. surface mount technology (SMT), wire bond, etc)? What is your organization’s experience with non-hermetic Monolithic Microwave Integrated Circuit (MMIC) processing and assembly? If you are teaming, how would your organization manage subcontractors/teammates to ensure that the performance requirements are flowed down and met? Does your organization have the ability for the Government to procure additional parts on a Provisioned Items Order (PIO) for the use as spares? What would your organization recommend for production lead times to delivery of a system or subsystem(s) to a shipyard or land-based facility for each of the SPY-6 variants and why? Would the delivery date Months After Option Exercise (MAOE) decrease based on a learning curve over time? Would Delivery Date MAOE adjust based on the number of units, potentially similar and different variants, being exercised at the same time? Would your organization recommend procuring equipment in blocks or individually based on the needed Delivery Date? If recommendation is as a block, what is your recommendation for structuring the block so that it can adapt to the appropriate number of units? What support equipment and/or test assets would your organization utilize to support hardware production and quality assessments? If support equipment and/or test assets are required, would existing Contractor assets be available? If not, what would be your approach to obtain the equipment? Are there any cost/pricing considerations you would like to bring to the Government’s attention? Do you have any recommendations on the structure of the requirements or the overall contracting strategy that would reduce the total price? What performance incentive structure and growth would your organization recommend and why? Do the potential FMS quantities affect or change your answers to any of the above questions? Are there specific considerations you would like to raise with relation to the potential FMS units? If you’ve reviewed the GFI TDP, what additional data, if any, would your organization believe is necessary to successfully procure andproduce SPY-6 hardware? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses. The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2: CLASSIFICATION All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil). SECTION 4.3: FORMATTING (If optional written responses are provided) NAVSEA will accept ONLY electronic unclassified submission of responses. Respondents to this RFI must adhere to the following details: Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. Pages should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2016 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2016 should be submitted in Adobe Acrobat format. Submitted electronic files should be limited to the following extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft PowerPoint .pdf Adobe Acrobat .mmpx Microsoft Project Submitted electronic files should not be compressed. SECTION 5: REQUESTING GOVERNMENT FURNISHED INFORMATION (GFI) The Government has established a Bidder’s Library with DRAFT TDP material. The Government anticipates additional RFIs/Industry Days with opportunities to comment on the GFI or amend RFI responses in the future. To obtain access to the Bidder’s Library, interested companies shall provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement verifying eligibility and authority to receive export-controlled information. In addition, interested companies must complete the Terms of Use Agreement (Attachment 1 of this RFI). The DD Form 2345 and completed Terms of Use Agreement shall be submitted via email to Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Upon receipt and approval, the GFI will be provided. IMPORTANT: For purposes of this RFI, each company must be able to receive classified documents up to the SECRET level. However, the Government intends to include classified attachments at the TOP SECRET/SCI/U.S. only level included as part of any future solicitation. Therefore, prime contractors interested in bidding under any subsequent solicitation must be able to receive classified documents up to the TOP SECRET/SCI level and must be a United States (U.S.) company or an independent U.S. subsidiary. The Navy will consider foreign contractors acting as subcontractors to U.S. prime contractors. The export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations (ITAR) and requires the issuance of an export license by the U.S. Department of State. Please make the request as soon as practicable as it may take several days for the Government to review and approve access to the documents.
AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
Update 11/17/2025: The Government intends to re-schedule the Industry Day for 15 December 2025 from 1200-1400 EST. In-person attendance is strongly recommended. If your company had previously expressed interest in attending, a separate communication will be sent confirming if your company still intends to attend the event and to confirm prior attendees provided. If your company had not previously expressed interest in attending but now intends on attending, please submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 15 December 2025: 1200-1400 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees As a result of the Industry Day, if your company has additional feedback, questions, or comments on the Draft Sections B&C of the solicitation, please provide feedback by 19 January 2026. Update 10/21/2025: Due to the current lack of appropriations and furlough status, the Government has postponed the Industry Day. A new Industry Day date will be posted in the near future. Update 10/15/2025: The last day to provide notification of attending the industry day on 27 October 2025 is by COB 22 October 2025. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees and their email addresses, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees Update 9/30/2025: This SAM.gov notice is associated with notice ID N00024-25-R-5510 AN/SPY-6(V) Production. This is not a separate or new contract opportunity. The U.S. Navy is continuing to conduct market research for contract opportunity N00024-25-R-5510 AN/SPY-6(V) Production. Government Furnished Information (GFI) has been made available to interested companies of this effort. Please reach out to the POCs below for additional information. Additional updates regarding contract opportunity N00024-25-R-5510 AN/SPY-6(V) Production will be made here and under the original notice N00024-25-R-5510 AN/SPY-6(V) Production. Draft Sections B and C for the solicitation are available to download via NSERC for companies who have completed and submitted the required forms to gain access to the bidder’s library or via DoD Safe Drop-Off. The Government is inviting Industry to provide any questions, redlines, comments, or feedback by 17 November 2025. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) and Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). The Government intends to hold an industry day on 27 October 2025 from 1100-1300 EST. In-person attendance is strongly recommended. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 Attendees
AN/SPY-6(V) Production RFI/Sources Sought
Update 11/17/2025: The Government intends to re-schedule the Industry Day for 15 December 2025 from 1200-1400 EST. In-person attendance is strongly recommended. If your company had previously expressed interest in attending, a separate communication will be sent confirming if your company still intends to attend the event and to confirm prior attendees provided. If your company had not previously expressed interest in attending but now intends on attending, please submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees As a result of the Industry Day, if your company has additional feedback, questions, or comments on the Draft Sections B&C of the solicitation, please provide feedback by 19 January 2026. Update 10/21/2025: Due to the current lack of appropriations and furlough status, the Government has postponed the Industry Day. A new Industry Day date will be posted in the near future. Update 10/15/2025: The last day to provide notification of attending the industry day on 27 October 2025 is by COB 22 October 2025. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees and their email addresses, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 In-Person Attendees Update 9/30/2025: Draft Sections B and C for the solicitation are available to download via NSERC for companies who have completed and submitted the required forms to gain access to the bidder’s library or via DoD Safe Drop-Off. The Government is inviting Industry to provide any questions, redlines, comments, or feedback by 17 November 2025. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) and Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). The Government intends to hold an industry day on 27 October 2025 from 1100-1300 EST. In-person attendance is strongly recommended. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s intent to join in-person or virtually and a list of attendees, and the information for the event will be provided. When: 27 October 2025: 1100-1300 EST Where: 20 M Street, Washington DC Who: No More than 3 Attendees Update 7/21/2025: The remaining Government responses to the question submittals are available via DoD Safe Drop-Off. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) or Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Update 7/10/2025: The first batch of Government responses to the question submittals are available via DoD Safe Drop-Off. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil) or Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Update 5/12/2025: The Government is hosting a virtual walkthrough of the UNCLASS GFI on 13 May 2025 at 1230 to companies who have received access. If interested, please reach out via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) for more information. Update 5/5/2025: The Government is inviting Industry to provide any additional questions, redlines, comments, or feedback by 20 May 2025. Submit all correspondence via email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil). Update 4/16/2025: The Government intends to hold a virtual industry day on 29 April 2025 from 0900 to 1200. If your company expresses interest in attending, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) and a link to the virtual event will be provided. The SPY-6 Team is also offering the opportunity for a 30 minute One-on-One session. When: 30 April 2025 through 1 May 2025 Where: 20 M Street, Washington DC Who: No More than 10 Attendees If your company provided a response to the RFI posting and are interested in scheduling a session, submit an email to Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil), Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil), and Thomas Kostyo (Thomas.f.kostyo.civ@us.navy.mil) with your company’s preference of day. Update 1/14/2024: The RFI has been updated to provide new information on the Government's intended contracting path forward and ask updated questions based on narrowing down the acquisition strategy. TDP updates are also anticipated to be added to the Bidder's Library in the near future and primary POCs have been updated. There are edits throughout this RFI so please read in it's entirety. UPDATE 4/1/2024: The Unclassified Bidder's Library with draft TDP is now available to industry. For those interested in access, please submit the signed Terms of Use Agreement, DD 2345, and a capabilities statment, if those have not already been provided as well as a request for Bidder's Library access via e-mail to Brittany Burton, (brittany.m.burton4.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Ms. Holly Danner (holly.r.danner.civ@us.navy.mil). SECTION 1: SYNOPSIS The Naval Sea System Command (NAVSEA) is hereby issuing a Sources Sought Request for Information (RFI) on behalf of the Program Executive Office Integrated Warfare Systems Above Water Sensors directorate (PEO IWS 2.0). NAVSEA is issuing this announcement as part of a market survey for the AN/SPY-6 radar variants. This includes the Air and Missile Defense Radar (AMDR) (AN/SPY-6(V)1) for DDG-51 FLT III, the AMDR Backfit radar for DDG-51 FLT IIA (AN/SPY-6(V)4), the Enterprise Air Surveillance Radar (EASR) Rotator (AN/SPY-6(V)2), and the EASR Fixed Face (AN/SPY-6(V)3). For convenience, the term “SPY-6” is used in this RFI to refer to all noted radar variants. The SPY-6 variant radars are built upon common hardware line replaceable units (LRUs) using modular, open system principles. It is PEO IWS 2.0’s intent to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure and supportAN/SPY-6(V) radars as early as FY27, but NLT FY28. The basis for production of SPY-6 hardware is contained in the Technical Data Package (TDP), which is currently available in DRAFT form as Government Furnished Information (GFI). Multi Award Contract (MAC) IDIQ scope will include “Build-to-Print" production where applicable for all variants of SPY-6, and may include technology refresh, obsolescence resolution, and additional development support. The term “Build-to-Print" in this context means producing to the exact specifications, drawings, and design contained within the TDP, with modifications allowed only for the purposes of addressing obsolescence, non-compliances with the system specifications (A-Specifications), and reducing life-cycle cost of all SPY-6 radars to be fielded. The Government intends to compete requirements for breakouts of LRUs or subsystems via multiple delivery or task order within the IDIQ. Feedback is desired from industry on this strategy, the potential LRUs to be competed separately, and individual interest in each of the potential breakouts. Final Contract types have not yet been determined but may be fixed-price incentive, firm-fixed price, or some combination thereof, with the potential for other incentives to be determined. Currently the Government is interested in scheduling 1:1 discussions with industry companies that are interested in participation at the full subsystem level. Future opportunities will be available for interested subcontractor participation. SECTION 2: GENERAL INFORMATION Pursuant to FAR 52.215-3 this is a Request for Information (RFI) notice only. This RFI is for planning purposes and is issued solely for conducting market research in accordance with FAR Part 10. The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. Not responding to this RFI does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via the System for Award Management (SAM.gov) website and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor SAM for additional information pertaining to this requirement. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. PEO IWS 2.0 representatives may or may not choose to meet with RFI respondents. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist and Contracting Officer’s email addresses (listed in Section 5 below). Verbal questions will not be accepted. Questions shall not contain classified information. SECTION 3: REQUIREMENTS OVERVIEW A brief overview of the SPY-6 variant mission requirements and array configuration is provided as follows: AN/SPY-6(V)1 is designed to meet mission performance and size, weight, and power – cooling (SWAP-C) requirements of the DDG-51 FLT III ships with AEGIS Baseline 10 (BL 10) combat system. The AN/SPY-6(V)1 will provide volume search, tracking, Ballistic Missile Defense (BMD) discrimination, and missile communications in a wide diversity of environments and conditions. This variant includes 37 Radar Modular Assemblies (RMAs) per array, each which contain independent transmit and receive LRUs and provide SPY +16 minimum sensitivity. There are 4 arrays per shipset. AN/SPY-6(V)2 is designed to meet Air Defense and Air Traffic Control mission performance and SWAP-C requirements of the CVN (Nimitz) class carriers, Landing Helicopter Assault (LHA) hulls, and Landing Platform/Dock (LPD) hulls. This variant includes a single array on a rotating platform, with 9 RMAs. AN/SPY-6(V)3 is designed to meet Air Defense and Air Traffic Control mission performance and size, weight, and power – cooling (SWAP-C) requirements of CVN (Ford) class carriers and will additionally provide engagement support for Future Frigate (FFG(X)) hulls. This variant includes 9 RMAs per array with 3 arrays per shipset. AN/SPY-6(V)4 is designed to meet mission performance and SWAP-C requirements of the DDG-51 FLT IIA ships with a variant of AEGIS Baseline 10 (BL 10) combat system, to be defined. The AN/SPY-6(V)4 will provide volume search, tracking, BMD discrimination, and missile communications in a wide diversity of environments and conditions. This variant includes 24 RMAs per array with 4 arrays per shipset. The notional shipset procurement schedule (including potential FY27-30 FMS) for the above SPY-6 variants is: SPY-6 Variant FY27 FY27 FY28 FY29 FY30 FY31 FY32 FY33 FY34 FY35 AN/SPY-6(V)1 2-6 2-4 2-4 2-4 2 2 2 2 2 2 AN/SPY-6(V)2 0-2 1-6 0-5 0-1 2 0 0 1 0 0 AN/SPY-6(V)3 1-3 2-3 1-4 1 2 1 1 0 0 1 AN/SPY-6(V)4 2 2-5 2-3 2-3 2 2 2 2 2 2 Unit Totals 5-13 7-18 5-16 6-9 8 5 5 5 4 5 Quantity Note: The Government is considering capturing potential FMS quantities in FY27-FY30 options on this future contract action, which drives the upper-range uncertainty. Multiple countries have expressed interest in procuring SPY-6 variants, but no formal FMS cases are in progress. There is potential for FMS quantities beyond FY30. USN quantities drive the lower end of the range and are stable through FY29, with increased potential for changes beyond. For context, the FY16-25 SPY-6 contract procurement schedules are as follows: SPY-6 Variant FY16 FY17 FY18 FY19 FY20 FY21 FY22 FY23 FY24 FY25 Totals AN/SPY-6(V)1 1 2 1 3 2 0 3 2 2 2 18 AN/SPY-6(V)2 0 0 0 0 4 0 2 2 2 0 10 AN/SPY-6(V)3 0 0 0 0 2 0 2 1 2 1 8 AN/SPY-6(V)4 0 0 0 0 0 0 0 1 1 2 4 Unit Totals 1 2 1 3 8 0 7 6 7 5 40 The Government is interested in procuring SPY-6 radar LRUs from Offerors that have the following attributes: Have past experience developing and manufacturing complex radar systems or subsystems, including S-Band Radio Frequency (RF) electronics, digital communications networks, x86 processing nodes, high-voltage power distribution and conditioning systems, high-capacity cooling units, and array structures. Have demonstrated the ability to produce hardware units according to detailed technical data package materials provided to them. Experience teaming with industry partners for subsystem development Experience cooperating with other prime industry partners integrating complex systems. Experience maintaining fielded Navy hardware systems. The Government contemplates acquisition via the following separate delivery/task orders within the IDIQ for production: Digital Receiver/Exciter (DREX) LRUs Transmit/Receive Integrated Microwave Module (TRIMM) LRUs Prime Power Equipment (PPE) subsystems Production Integrator, including remainder of radar subsystem procurements Level-of-Effort Labor Hours/ODCs for Engineering Support Tasking as necessary via Technical Instruction SECTION 4: SUBMISSION OF RESPONSES The Government is not requiring written responses, although written responses will be accepted. The Government seeks to have a one-on-one discussion with each interested company that would participate as a prime contractor for one or more delivery orders to further discuss this RFI and receive industry responses. The Government also intends to schedule one or more virtual industry days in the future which would allow for participation of interested subcontractors as well as interested prime contractors. Responses to this RFI should be submitted by the closing date and time via e-mail to Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil) SECTION 4.1: CONTENT Written responses are not required, with exception of a capability statement and request for a one-on-one meeting. Companies that submitted a capability statement to the previous RFI are not required to resubmit. Companies that optionally choose to respond to this RFI in writing should provide a response not to exceed thirty (30) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested. Responses should indicate sufficient detail for assessment of potential contracting strategies and company interest; submissions should be organized as follows: Cover Sheet - RFI number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date Company Profile - Include the following information: Company Name Company Address Commercial and Government Entity (CAGE) Code Point of Contact E-mail Address Website address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Please advise if you would like to be publicly disclosed as an interested party through this FBO notice in an effort to foster industry teaming possibilities. Table of Contents, with list of figures and tables with page numbers General response information List of Abbreviations and Acronyms Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. The Government wishes to address the following questions in one-on-one sessions (any questions answered in the previous RFI do not need to be discussed again in one-on-ones unless information has changed): Do you have past experience procuring/producing Build to Print hardware? If so, are there any recommended lessons learned for the Government to incorporate into the contracting strategy? What manufacturing facilities does your organization have and what product lines have been developed in these facilities in the past? Do you see utility in the Government pursuing a multiple award strategy with break-outs of the radar subsystems? Are there additional strategies you would suggest or specific parameters you would suggest to increase your interest in competing? Would you prefer to bid on an entire SPY-6 system or a subset? If subset, which subsystem(s) or LRUs would you be interested in bidding? Do you believe there is utility in breaking out a different subset of components from the Government’s initial set? Would you be willing to compete on a multi-award IDIQ contract? In the event of breaking up the system into separate sources, the Government envisions a “production integrator” to produce any components from the TDP not separately sourced, The “production integrator” would also potentially support the Government in management of subsystem sources, and complete the remaining production scope (e.g. configuration management, planning, array integration and test). What considerations do you have for this role and how it would be contracted? Would this be a role your company is interested bidding for? If this role did not include other subsystem production, would your company be interested in competing? Is there a particular mix of subsystems that, when combined with this role, would make competing for this more enticing to your company? Would your company’s interest change if technology refresh scope were included? Would your company’s interest change if firmware, software, or any other development scope were included? What timeframes does your organization believe are appropriate for proposal preparation, and time from contract award to first production unit delivery? Please specify this timeline for each/any LRUs your company is interested in. What minimum time does your organization require with the TDP prior to submitting a proposal? Do you have suggestions for ways to reduce system cost other than through competition? What upgrades does your organization already have planned for manufacturing facilities? How would preparing for this competition change those plans? How would being awarded a contract change those plans? What flexibility does your organization have in production processes to adjust/adapt to increasing/decreasing number of production units? What near-field range (NFR) facilities does your organization own or have access to? What RF circuit card assembly facilities does your organization own or have access to? How much production capacity is available to support projected demand? If needed what approach would you take for increasing capacity? What manufacturing processes does your organization’s facilities support (e.g. surface mount technology (SMT), wire bond, etc)? What is your organization’s experience with non-hermetic Monolithic Microwave Integrated Circuit (MMIC) processing and assembly? If you are teaming, how would your organization manage subcontractors/teammates to ensure that the performance requirements are flowed down and met? Does your organization have the ability for the Government to procure additional parts on a Provisioned Items Order (PIO) for the use as spares? What would your organization recommend for production lead times to delivery of a system or subsystem(s) to a shipyard or land-based facility for each of the SPY-6 variants and why? Would the delivery date Months After Option Exercise (MAOE) decrease based on a learning curve over time? Would Delivery Date MAOE adjust based on the number of units, potentially similar and different variants, being exercised at the same time? Would your organization recommend procuring equipment in blocks or individually based on the needed Delivery Date? If recommendation is as a block, what is your recommendation for structuring the block so that it can adapt to the appropriate number of units? What support equipment and/or test assets would your organization utilize to support hardware production and quality assessments? If support equipment and/or test assets are required, would existing Contractor assets be available? If not, what would be your approach to obtain the equipment? Are there any cost/pricing considerations you would like to bring to the Government’s attention? Do you have any recommendations on the structure of the requirements or the overall contracting strategy that would reduce the total price? What performance incentive structure and growth would your organization recommend and why? Do the potential FMS quantities affect or change your answers to any of the above questions? Are there specific considerations you would like to raise with relation to the potential FMS units? If you’ve reviewed the GFI TDP, what additional data, if any, would your organization believe is necessary to successfully procure andproduce SPY-6 hardware? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses. The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2: CLASSIFICATION All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Holly Danner (holly.r.danner.civ@us.navy.mil). SECTION 4.3: FORMATTING (If optional written responses are provided) NAVSEA will accept ONLY electronic unclassified submission of responses. Respondents to this RFI must adhere to the following details: Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. Pages should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2016 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2016 should be submitted in Adobe Acrobat format. Submitted electronic files should be limited to the following extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft PowerPoint .pdf Adobe Acrobat .mmpx Microsoft Project Submitted electronic files should not be compressed. SECTION 5: REQUESTING GOVERNMENT FURNISHED INFORMATION (GFI) The Government has established a Bidder’s Library with DRAFT TDP material. The Government anticipates additional RFIs/Industry Days with opportunities to comment on the GFI or amend RFI responses in the future. To obtain access to the Bidder’s Library, interested companies shall provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement verifying eligibility and authority to receive export-controlled information. In addition, interested companies must complete the Terms of Use Agreement (Attachment 1 of this RFI). The DD Form 2345 and completed Terms of Use Agreement shall be submitted via email to Spencer Bryant, Contract Specialist (spencer.m.bryant2.civ@us.navy.mil), and Tom Kostyo (thomas.f.kostyo.civ@us.navy.mil), with a copy to the Contracting Officer, Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil). Upon receipt and approval, the GFI will be provided. IMPORTANT: For purposes of this RFI, each company must be able to receive classified documents up to the SECRET level. However, the Government intends to include classified attachments at the TOP SECRET/SCI/U.S. only level included as part of any future solicitation. Therefore, prime contractors interested in bidding under any subsequent solicitation must be able to receive classified documents up to the TOP SECRET/SCI level and must be a United States (U.S.) company or an independent U.S. subsidiary. The Navy will consider foreign contractors acting as subcontractors to U.S. prime contractors. The export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations (ITAR) and requires the issuance of an export license by the U.S. Department of State. Please make the request as soon as practicable as it may take several days for the Government to review and approve access to the documents.
REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
In support of the I&TS program, AFLCMC/WIN is conducting market research across industry, academia, and government agency programs. The intent is to identify promising candidate programs/technology efforts with projected capabilities that may improve current and future Air Force airborne GEOINT sensors/sensemaking and their role in enhancing the front side of end-to-end-functionality as well as identifying potential transition paths. Market research will help identify what research has been accomplished in the field of GEOINT, as well as technologies that currently exist or could be modified to fill a need. • Mission Area 1 - the dense threat area which will be under constant attack from adversary ballistic and cruise missiles or attack UAVs. • Mission Area 2 - the defendable area offering relative sanctuary beyond the umbrella of most adversary ballistic and cruise missiles or attack UAVs. • Mission Area 3 - the broader area that covers most of the world with positionsresilient to limited adversary attack that demands flexibility to span a range of potential future crises.
Request for Information AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans AF airborne GEOINT Capabilities RDT&E investments
SYNOPSIS: AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans Air Force airborne GEOINT Capabilities Research, Development Test and Evaluation investments. The I&TS portfolio is a key resource of the GCWG. The I&TS portfolio identifies and provides limited funding to develop and demonstrate promising next-generation Air Force airborne GEOINT capabilities. I&TS develops, matures, and demonstrates next generation sensor and processing capabilities. It provides a key linkage between government and industry research labs for fielding DoD GEOINT tools with the flexibility to adapt each development cycle to the evolving mission sets and threat situation. Using an annual cycle approach for continuous innovation that is prioritized by the GEOINT Capabilities Working Group (GCWG), I&TS supports the three Mission Areas defined in the 2024 US Air Force Chief of Staff One Force Design document: Mission Area 1 (MA1) - the dense threat area which will be under constant attack from adversary ballistic and cruise missiles or attack UAVs. Mission Area 2 (MA2) - the defendable area offering relative sanctuary beyond the umbrella of most adversary ballistic and cruise missiles or attack UAVs. Mission Area 3 (MA3) - the broader area that covers most of the world with positions resilient to limited adversary attack that demands flexibility to span a range of potential future crises. PURPOSE: In support of the I&TS program, AFLCMC/WIN is conducting market research across industry, academia, and government agency programs. The intent is to identify promising candidate programs/technology efforts with projected capabilities that may improve current and future Air Force airborne GEOINT sensors and their role in enhancing the front side of end-to-end-functionality as well as identifying potential transition paths. Market research will help identify what research has been accomplished in the field of GEOINT, as well as technologies that currently exist or could be modified to fill a need. Although FY27 funding is uncertain, I&TS is seeking 1 - 2 year projects beginning in FY27 that require funding of less than $2.5 million per year with an initial Technology Readiness Level (TRL) of 4-6 and an objective of taking TRL to 6 or higher (See the DoW’s Technology Readiness Assessment Guidebook for details on defining technology readiness level).
Ship Self-Defense System (SSDS) Sustainment / Production Hardware
EDITED 11/18/25 - Added additional information about response date and page quantity of submission. The Naval Sea Systems Command (NAVSEA) Program Executive Office Integrated Warfare System (PEO IWS) 80, is requesting information regarding industry’s capabilities and related experience for procurement of the efforts required for Ship Self-Defense System (SSDS) Sustainment / Production Hardware as defined in the draft Request for Proposal (RFP). NAVSEA also seeks feedback from industry regarding how to maximize competition and increase efficiencies for these requirements. Additionally, any other information that would be needed to bid this requirement. The requested response date is 19 January 2026. Earlier responses are welcome. The SSDS Program provides the tactical combat system processing, storage and networking systems equipment that meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. Navy amphibious ships and aircraft carriers. The SSDS program needs to provide sustainment, procurement for Engineering Services and Other Direct Costs (ODCs) to address (Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and Obsolescence solutions, sparing, warehousing, depot level repair and production for SSDS hardware to include but not be limited to, Maintenance Assist Module (MAMs) Cabinets, Arming Units, and Portable Maintenance Aid (PMA) Laptops for installation of SSDS / MK6 MOD X. The Contractor, working with the Government Design Agent (DA) will develop and maintain a Level III Technical Data Package (TDP) for the SSDS equipment. The Contractor will update and maintain the TDP as DMS/MS is resolved, will submit Engineering Change Proposals (ECPs) when needed, and will deliver a quarterly TDP update to the DA for review and approval. The Contractor will follow the Government Configuration Management (CM) process. Further, the Contractor shall provide the Government with technical documentation, Integrated Logistics Support (ILS) documentation, and test procedures to support the system sustainability in the Fleet for which it is anticipated that the Government shall have unlimited data rights. The Government will pursue Government Purpose Rights (GPR) or greater technical data rights for items delivered under this contract. The anticipated solicitation will include cost-plus-fixed-fee, firm-fixed-price and cost-only contract line items for travel and incidental material for the efforts that will support the SSDS acquisition efforts for FY27 through FY37 and is anticipated for award in CY27. NAVSEA is providing a draft Statement of Work (SOW) for industry review and comment. Authorized contractors are encouraged to review the draft SOW and provide comments. NAVSEA is specifically interested in recommendations to increase competition and increase efficiencies. Contractors may provide recommendations regarding contract structure, cost type, barriers to competition, unnecessary cost drivers, additional information required to bid the requirement, etc. To be an authorized Contractor, the Contractor shall be a United States Department of Defense Contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency’s website. Authorized contractors shall fill out and submit a signed copy of the Terms of Use Agreement to request a copy of the Attachments from the point of contacts identified below and shall always comply with the distribution statement and instructions. Submission Instructions: Interested parties are requested to provide a written response limited to 15 pages or less, 1-inch margins, and 10-point Times New Roman font or larger. Respondents may also provide comments/track changes on the draft SOW in Microsoft Word. Industry shall possess a facility security clearance level of SECRET. Interested parties should provide company profile to include the following: Company Name Company Address Point of Contact E-mail Address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Number of employees CAGE Code Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, cc-ing David Chamberlain at david.s.chamberlain5.civ@us.navy.mil and Kathleen Simonini at Kathleen.p.simonini@us.navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions will be utilized for market research and will not be returned. Respondents are NOT permitted to provide responses containing classified information in response to this RFI. Disclaimer: This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse direct costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.
Ship Self-Defense System (SSDS) Sustainment / Production Hardware
EDITED 11/18/25 - Added additional information about response date. The Naval Sea Systems Command (NAVSEA) Program Executive Office Integrated Warfare System (PEO IWS) 80, is requesting information regarding industry’s capabilities and related experience for procurement of the efforts required for Ship Self-Defense System (SSDS) Sustainment / Production Hardware as defined in the draft Request for Proposal (RFP). NAVSEA also seeks feedback from industry regarding how to maximize competition and increase efficiencies for these requirements. Additionally, any other information that would be needed to bid this requirement. The requested response date is 19 January 2026. Earlier responses are welcome. The SSDS Program provides the tactical combat system processing, storage and networking systems equipment that meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. Navy amphibious ships and aircraft carriers. The SSDS program needs to provide sustainment, procurement for Engineering Services and Other Direct Costs (ODCs) to address (Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and Obsolescence solutions, sparing, warehousing, depot level repair and production for SSDS hardware to include but not be limited to, Maintenance Assist Module (MAMs) Cabinets, Arming Units, and Portable Maintenance Aid (PMA) Laptops for installation of SSDS / MK6 MOD X. The Contractor, working with the Government Design Agent (DA) will develop and maintain a Level III Technical Data Package (TDP) for the SSDS equipment. The Contractor will update and maintain the TDP as DMS/MS is resolved, will submit Engineering Change Proposals (ECPs) when needed, and will deliver a quarterly TDP update to the DA for review and approval. The Contractor will follow the Government Configuration Management (CM) process. Further, the Contractor shall provide the Government with technical documentation, Integrated Logistics Support (ILS) documentation, and test procedures to support the system sustainability in the Fleet for which it is anticipated that the Government shall have unlimited data rights. The Government will pursue Government Purpose Rights (GPR) or greater technical data rights for items delivered under this contract. The anticipated solicitation will include cost-plus-fixed-fee, firm-fixed-price and cost-only contract line items for travel and incidental material for the efforts that will support the SSDS acquisition efforts for FY27 through FY37 and is anticipated for award in CY27. NAVSEA is providing a draft Statement of Work (SOW) for industry review and comment. Authorized contractors are encouraged to review the draft SOW and provide comments. NAVSEA is specifically interested in recommendations to increase competition and increase efficiencies. Contractors may provide recommendations regarding contract structure, cost type, barriers to competition, unnecessary cost drivers, additional information required to bid the requirement, etc. To be an authorized Contractor, the Contractor shall be a United States Department of Defense Contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency’s website. Authorized contractors shall fill out and submit a signed copy of the Terms of Use Agreement to request a copy of the Attachments from the point of contacts identified below and shall always comply with the distribution statement and instructions. Submission Instructions: Interested parties are requested to provide a written response limited to 15 pages or less, 1-inch margins, and 10-point Times New Roman font or larger. Respondents may also provide comments/track changes on the draft SOW in Microsoft Word. Industry shall possess a facility security clearance level of SECRET. Interested parties should provide company profile to include the following: Company Name Company Address Point of Contact E-mail Address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Number of employees CAGE Code Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, cc-ing David Chamberlain at david.s.chamberlain5.civ@us.navy.mil and Kathleen Simonini at Kathleen.p.simonini@us.navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions will be utilized for market research and will not be returned. Respondents are NOT permitted to provide responses containing classified information in response to this RFI. Disclaimer: This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse direct costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.
Ship Self-Defense System (SSDS) Sustainment / Production Hardware
EDITED 11/18/25 - Added additional information about response date. The Naval Sea Systems Command (NAVSEA) Program Executive Office Integrated Warfare System (PEO IWS) 80, is requesting information regarding industry’s capabilities and related experience for procurement of the efforts required for Ship Self-Defense System (SSDS) Sustainment / Production Hardware as defined in the draft Request for Proposal (RFP). NAVSEA also seeks feedback from industry regarding how to maximize competition and increase efficiencies for these requirements. Additionally, any other information that would be needed to bid this requirement. The requested response date is 19 January 2026. Earlier responses are welcome. The SSDS Program provides the tactical combat system processing, storage and networking systems equipment that meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. Navy amphibious ships and aircraft carriers. The SSDS program needs to provide sustainment, procurement for Engineering Services and Other Direct Costs (ODCs) to address (Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and Obsolescence solutions, sparing, warehousing, depot level repair and production for SSDS hardware to include but not be limited to, Maintenance Assist Module (MAMs) Cabinets, Arming Units, and Portable Maintenance Aid (PMA) Laptops for installation of SSDS / MK6 MOD X. The Contractor, working with the Government Design Agent (DA) will develop and maintain a Level III Technical Data Package (TDP) for the SSDS equipment. The Contractor will update and maintain the TDP as DMS/MS is resolved, will submit Engineering Change Proposals (ECPs) when needed, and will deliver a quarterly TDP update to the DA for review and approval. The Contractor will follow the Government Configuration Management (CM) process. Further, the Contractor shall provide the Government with technical documentation, Integrated Logistics Support (ILS) documentation, and test procedures to support the system sustainability in the Fleet for which it is anticipated that the Government shall have unlimited data rights. The Government will pursue Government Purpose Rights (GPR) or greater technical data rights for items delivered under this contract. The anticipated solicitation will include cost-plus-fixed-fee, firm-fixed-price and cost-only contract line items for travel and incidental material for the efforts that will support the SSDS acquisition efforts for FY27 through FY37 and is anticipated for award in CY27. NAVSEA is providing a draft Statement of Work (SOW) for industry review and comment. Authorized contractors are encouraged to review the draft SOW and provide comments. NAVSEA is specifically interested in recommendations to increase competition and increase efficiencies. Contractors may provide recommendations regarding contract structure, cost type, barriers to competition, unnecessary cost drivers, additional information required to bid the requirement, etc. To be an authorized Contractor, the Contractor shall be a United States Department of Defense Contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency’s website. Authorized contractors shall fill out and submit a signed copy of the Terms of Use Agreement to request a copy of the Attachments from the point of contacts identified below and shall always comply with the distribution statement and instructions. Submission Instructions: Interested parties are requested to provide a written response limited to 10 pages or less, 1-inch margins, and 10-point Times New Roman font or larger. Respondents may also provide comments/track changes on the draft SOW in Microsoft Word. Industry shall possess a facility security clearance level of SECRET. Interested parties should provide company profile to include the following: Company Name Company Address Point of Contact E-mail Address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Number of employees CAGE Code Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, cc-ing David Chamberlain at david.s.chamberlain5.civ@us.navy.mil and Kathleen Simonini at Kathleen.p.simonini@us.navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions will be utilized for market research and will not be returned. Respondents are NOT permitted to provide responses containing classified information in response to this RFI. Disclaimer: This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse direct costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.
SPRRA225R0002 MLRS SPARES
THE PURPOSE OF AMENDMENT 0009 FOR SOLICITATION SPRRA225R0002 IS TO CHANGE THE PROPOSAL DUE DATE FROM 10 NOVEMBER 2025 to 19 JANUARY 2026. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0008 FOR SOLICITATION SPRRA225R0002 IS TO CHANGE THE PROPOSAL DUE DATE FROM 30 SEPTEMBER 2025 to 10 NOVEMBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0007 FOR SOLICITATION SPRRA225R0002 IS TO CHANGE THE PROPOSAL DUE DATE FROM 31 JULY 2025 TO 30 SEPTEMBER 2025. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0006 FOR SOLICITATION SPRRA225R0002 IS TO REMOVE CLIN 0001AA. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0005 FOR SOLICITATION SPRRA225R0002 IS TO CHANGE THE PROPOSAL DUE DATE FROM 5 JUNE 2025 TO 31 JULY 2025 & CLAUSES. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0004 FOR SOLICITATION SPRRA225R0002 IS TO CHANGE THE PROPOSAL DUE DATE FROM 29 APRIL 2025 TO 5 JUNE 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA225R0002 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0003 FOR SOLICITATION SPRRA225R0002 IS TO CHANGE THE PROPOSAL DUE DATE FROM 2 APRIL 2025 TO 29 APRIL 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA225R0002 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0002 FOR SOLICITATION SPRRA225R0002 IS TO CHANGE THE PROPOSAL DUE DATE FROM 28 FEBRUARY 2025 TO 2 APRIL 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA225R0002 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ THE PURPOSE OF AMENDMENT 0001 FOR SOLICITATION SPRRA225R0002 IS TO CHANGE THE PROPOSAL DUE DATE FROM 27 JANUARY 2025 TO 28 FEBRUARY 2025. ALL OTHER TERMS AND CONDITIONS FOR SPRRA225R0002 REMAIN UNCHANGED. ------------------------------------------------------------------------------------------------------------------------ Solicitation SPRRA225R0002 The U.S. Army Combat Capabilities Development Command Aviation & Missile Center’s (AvMc DEVCOM) System Readiness Directorate (SRD), Sustainment Division (SD) is the authority who determines approved sources (to include distributors) for new spares acquisitions. All prospective manufacturers, or distributors, seeking to compete for a solicitation for Aviation and Missile Life Cycle Management Command (AMCOM) Spares, for any restricted source parts, are required to be an approved source. DLA welcomes and encourages efforts seek source approval to compete for future solicitations by emailing inquiries to: usarmy.redstone.devcom-avmc.mbx.amr-ss-sar@army.mil. If an interested party is seeking access to technical data packages, specifications, and/or drawings related to SPRRA225R0002, DLA recommends contacting the AMCOM G-6 Information Management Division (https://g6kms.redstone.army.mil/(S(net1txjhep1ypp3tz4av4mvd))/) directly. Upon reaching that site, select Contractor User Data Request, and follow the contractor user data request directions.