Tender Results of Dept Of The Navy Usa

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Nsn 7r-1560-015189123-am, Ref Nr Hm026-110-21, Qty 10 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Sole Source Basis With Robertson Fuel Systems (1t765) For The Purchase The Following: Qty: 10, Purchase Of Nsn: 7rh 1560 015189123 Am, P/n: Hm026-110-21, Item: Tank,refueling,airc There Are No Drawings/data Available. This Source Is The Original Equipment Manufacturer (oem) And The Only Known Source For Providing Repair Of The Above Part. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase This Part From Additional Sources. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. The Government Intends To Solicit And Negotiate With Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Source Authority: 10 U.s.c. 2304(c)(1), As Supplemented By Far 6.302. Source Approval Statement Applies To This Nsn. The Approved Sources For This Material Are Listed Above And It Is Expected That Award Will Be Made To This Firm. Any Firm Which Is Not Already Approved To Manufacture This Material Must Submit A Source Approval Request, Sar. This Procurement Will Not Be Delayed To Wait For A Sar Approval. Naics Code: 336413 Fsc: 1560 The Government Intends To Acquire These Supplies Using The Provisions, Clauses And Procedures Prescribed In Far Part 13. 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. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days Of This Synopsis Will Be Considered By The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. This Procurement Is Not A Total Small Business Set-aside. Electronic Procedures Will Be Used For This Solicitation. Rfp/solicitation Will Be Posted To Neco. No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. Anticipated Award Date Is August 2024. Interested Organizations May Submit Their Capabilities And Qualifications To Perform The Effort By Email At Jessica.p.laychock.civ@us.navy.mil.
Contract Date30 Apr 2025
Contract AmountUSD 2.2 Million 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| higher-level Contract Quality Requirement|8|x|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type |n/a|tbd|n00383|tbd|tbd|see Schedule |tbd|||tbd|||||| 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 (jun 2003)|6|12 Months|60 Days After Discovery Of Defect||||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitation Of Liability--high-value Items (feb 1997)|1|| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data --modifications (nov 2021))|7|||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336412|1500||||||||||| cost Accounting Standard Notices And Certification (deviation 2018-o0015)(may 2018))|1|| facsimile Proposals (oct 1997)|1|| requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|x| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1|| these Items Require Government Source Approval Prior To Award. If You Are Notan Approved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Wss Source Approval Brochure, Which Can Beobtained Online At https://www.navsup.navy.mil/public/navsup/wss/business_opps/ under "commodities". Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of Requirement May Be Continued Based On Fleet Support Needs.
Contract Date30 Apr 2025
Contract AmountUSD 2.9 Million 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Facilities Investment Services For Preventive Maintenance, Repair, And Alteration Of Heating, Ventilation, And Air Conditioning (hvac) Equipment At The Philadelphia Navy Yard Annex And Naval Support Activity (nsa), Philadelphia, Pa
Contract Date30 Apr 2025
Contract AmountUSD 11 Million 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Bluestar Low Amplifying Signal Transmission (blast)
Contract Date30 Apr 2025
Contract AmountUSD 33.3 Million 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Intent To Sole Source: Preventative Maintenance (pm), Calibration, And Corrective Maintenance (cm) Services
Contract Date29 Apr 2025
Contract AmountUSD 95.6 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contact Information|4|n732.78|n00383|2156970598|anna.m.kiessling.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|invoice And Receiving Report Combo|tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Purpose Of This Amendment Is To Update The Solicitation Quantity To The Following: the Quantity Has Herby Increased By 7 From 8 To 15 Incorporating Pd N0038325x0996. The Quantity For The Entirety Of The Solicitation Is Updated To 15. all Other Terms And Conditions Remain Unchanged. this Contract/delivery Order/modification Is Issued By The Government When Deposited In Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral agreement To Issue This Contract/delivery Order/purchase Order/modification. this Is A Limited Source Requirement. Evaluation Criteria Will Be Determined By Lowest Price Technically Acceptable (lpta). the Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Contract With Other Than The Current Source. these Items Require Government Source Approval Prior To Award. If You Are Not An Approved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Wss Source Approval Brochure Which Can Be Obtained On The Internet At https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. for Information Or Questions Regarding This Notice, Please Contact Anna Kiessling At The Email Address: Anna.m.kiessling.civ@us.navy.mil. this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \
Contract Date29 Apr 2025
Contract AmountUSD 280.5 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contact Information|4|n744.5|av0|717-605-7230|april.schlusser@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|tbd|tbd|tbd|tbd|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|334290|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Purpose Of This Modification Is To Note The Following Gfp Will Be Provided: fiber Transceiver niin: 01-717-5695 p/n: Lbo-dvi-ad-r-m-sc all Other Terms And Conditions Remain Unchanged. \ the Purpose Of This Amendment Is To Increase The Overall Qty On This Requirement To 20 Units. all Other Terms And Conditions Remain Unchanged. \ the Purpose Of This Amendment Is To Increase The Overall Quantity On The Original Solicitation From 8 Units To 13 Units. all Other Terms And Conditions Remain Unchanged. \ 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. the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. if Quoting As A Distributor Or Dealer To The Oem, Please Submit Full Traceability Back To The Oem With Your Quote. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Rugged Flat Pan Dsp . 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 ;the Following Controller Shall Be Used To Build The Ssgn/ssbn Flat Panel Display:elo E658721 Controller-2216 Accutouch Resistive Controller. This Part Is Required To Complete A Successful Pm15xg-3d-eb3v2 Build. Without The Elo E658721 Controller This Part Is essentially Worthless.; 3.1 Cage Code/reference Number Items - The Rugged Flat Pan Dsp Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;5acd8 Pm15xg-3d-eb3v2; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 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. 6.2 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 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.
Contract Date29 Apr 2025
Contract AmountUSD 281.3 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
59--engine Inst Dis, In Repair/modification Of
Contract Date29 Apr 2025
Contract AmountUSD 544.5 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contact Information|4|n741.7|gds|n/a|vincent.e.molesky.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| time Of Delivery (june 1997)|20|clin 0001aa|125|230|||||||||||||||||| general Information-fob-destination|1|a| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receing Report Combo|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|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||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery |one Year From Date Of Delivery ||||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|336611|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. This Amendment Is Being Issued To Updated The Scheduled Delivery Days To 230 Days From Time Of Award. 2. Clause 52.211-8 Has Been Updated To The New Required Delivery Schedule Of 230 Days. \ 1. This Amendement Is Being Issued To Extend The Receipt Of Quotes To 25 Feb 2025. 2. Please Submit Quotes To Vincent Molesky At Vincent.e.molesky.civ@us.navy.mil \ 1. This Solicitation Is For The Procurement Of 125 Each Nsn: 2090 015737201 In Accordance With Reference Number D-4365-1 The Government Does Not Own The Drawings Or Data Rights To This Nsn. 2. Government-source Inspection And Acceptance (g-s I&a) Is Required. If The G-s I&a Will Occur At A Different Cage From The Admin Award Cage, Please Provide The Procurement Facility Cage And/or Packaging Cage With The Quote. 3. Please Provide The Following Information In The Procurement Quote: your Cage (used As The Awardee Cage):___________________ the Unit Procurement Price: $____________________________________ (and Whether This Price Is Firm-fixed Price (ffp) _____; Or Not-to-exceed (nte) ______ the Procurement Cage _____________ And Packaging Cage___________ (as Described In #2). procurement Acquisition Time, Delivered In _____ Days. 4. Since There Is Only One Business Concern Capable Of Procurement On This Nsn,the Small Business Set-aside Requirement Has Been Dissolved. 5. 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. 6. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 7. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor?s Written Acceptance Prior To Execution. 8. 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 Shall Be A Rated Order. 9. Offeror's Must Have A Valid U.s. Security Clearance Of Confidential Or Higher In Order To Respond To This Rfq N0010425qyd64, Because The Rfq N0010425qyd64 Includes An Annex Classified At The Confidential Level, Which Will Be Released Only To Offerors Possessing The Appropriate Clearance. All Classified Material Must Be Handled In Accordance With The National Industrial Security Program Operating (nspom)(dod 5220-22-m) And Industrial Security Regulation (dod 5220.22-r). 10. Please Submit A Procurement Quote To Vincent Molesky Via Email: Vincent.e.molesky.civ@us.navy.mil. This Is The Only Submission Method Authorized. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Tile,blank,24x36 . 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. 2.3 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;navsea Dwg. 690-7383793 confidential; drawing Data=8499978 |53711| D| |d|all | |00000|0000000 document Ref Data=mil-std-130 | | |k |000115|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=iso9001 | | | |010417|a| | | 3. Requirements 3.1 Design, Manufacture, And Performance - Except As Modified Herein, the Tile,blank,24x36 Furnished Under This Contract/purchase Order Shall Meet The design, Manufacture, And Performance Requirements Specified On Drawing ;96169; cage ;eb4461std1-blank; . 3.1.1 ;part Number Is Eb4461std1-blank "drawing # 8499978 Rev D Dura-x Tile Blank" Sheet 14. from Sheet 2 Item 1 Dura-x Grooved Tile - Navy Stock Number: 2090-01-573-7201; 3.1.2 ;specific Requirements - a. Dura X Tile Shall Be Supplied With Vacuum And Gasket Grooves. b. Vacuum Groove Pattern Modified To Include Vertical Grooves On Both Sides Of Pattern, Closing Each Outer Vacuum Channel Loop. c. Navsea Drawing 8499978 Should Be Used As Guidance For The O-ring Gasket And Vacuum Groove Designs. Reference 8499978 Paragraph 3.6 For Tile O-ring Material Specifications. d. Dimensions (inch) - Width = 24 (+/- 1/16) Length = 36 (+/- 1/16) Thickness = 2 (+/- 1/16); 3.2 ; Source Control Item - Previous Delivery Of This Specified National Stock Number Or Similar Item Manufactured To Technical Procurement Specifications And/or Drawings Supplied By A Government Activity Or Price Contractor Does Not In Itself Qualify a Supplier As A Government Approved Source. Only Those Sources For This Item Currently Approved By The Government Will Be Considered For This Award. The Time Required For Approval Of A New Supplier Is Normally Such That Award Cannot Be Delayed Pending approval Of The New Source. Qualification And Testing Requirements Are Extensive And Time Consuming. To Maintain Appropriate Stock Levels And Prevent Work Stoppage, A Prospective Contractor Must Be Determined To Be Qualified By The Engineering activity Prior To Submitting Offer. If You Have Not Been Solicited And You Can Furnish Either (a) Proof Of Your Prior Approval As A Supplier Of This Item, Or (b) Data Showing You Have Produced The Same Or Similar Items Satisfactorily For The government Or A Commercial Source, Or (c) Test Data Indicating Your Product Can Meet Service Operating Requirements, Or (d) Other Pertinent Data Concerning Your Qualification To Produce The Required Item, Notify The Procurement Contracting officer In Writing, Furnishing Said Proof Of Data For Evaluation, Possibly Leading To Your Firm Being Authorized As An Approved Source For This Procurement Or Subsequent Procurements. Your Interest Will Be Forwarded To The In-service Engineering agent (isea) Responsible For This Item.; 3.2.1 ;current Government Approved Sources For This Material Are The Following: cage 1k3g5, Marine Polymers Incc cage 0sx38, Westland Technologies Incc cage 0bbk9, Goodrich Corporation (collins Aerospace); 3.3 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130. 3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Spcc Contracting Officer Has Been Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer will Be Acceptable For Government Evaluation. When Notifying The Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.5 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 3.6 Security Clearance Required - This Contract/purchase Order Requires The Contractor To Have A Government Security Clearance In Accordance With The Attached Contract Security Classification Specification (dd Form 254). 3.7 First Article Approval (government Testing) - First Article Test (fat) And Approval Is Required. 3.7.1 ;per Isea, First Article Testing Is Required To Determine Quality Of Work For Potential Vendor Qualification. Fat Will Be Conducted At Contractor Expense. poc Paul Lampazzi, Materials Engineer, Code 332 philadelphia Naval Base, Philadelphia, Pa 19112-5083 ;paul.a.lampazzi.civ@us.navy.mil;(215) 897-1612 ; 3.7.2 ;per 4.2 Drawing 8499978 Rev D,"first Article Tests Shall Be Conducted By The Government."; 3.8 Production Lot Approval (government Testing) - Production Lot Test And Approval Is Required. 3.8.1 ;per 4.2 Drawing 8499978 Rev D, "the Production Of Tiles Is Subject To The Requirement Of Conformance Testing. Conformance Tests Shall Be Conducted By The Government."; 3.9 ;the Supplier Shall Provide A Certificate Of Conformance (coc) Or Certificate Of Acceptance (coa) With Each Sht Material. Package One Coc/coa Per Item. See Cdrl A0001 For More Information.; 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. 4.5 ;a Certificate Of Conformance (coc) Or Certificate Of Acceptance (coa) Shall Accompany Each Sht Material, As Stated Within Pns Ltr 9110 Ser 250/009 Of 1 Mar 23. Package One Coc/coa Per Item. Supplier Format Is Acceptable. As Indicated In Cdrl A0001.; 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 ;"250.009 Cui Request For Naval Sea Systems Command Consideration For Reduction In Receipt Inspection Requirements For Submarine Special Hull Treatment Material" & "9690 Ltr Ser 05u7_039 - Sht Reciept Inspection Reduction Distro (004).pdf Are Available upon Request. Documents Cover Noise Reduction And Whether Or Not Plt Can Be Waived In Lieu Of A Coc/coa.; date Of First Submission=asreq ;a Certificate Of Conformance (coc) Or Certificate Of Acceptance (coa) Shall Accompany Each Sht Material, As Stated Within Pns Ltr 9110 Ser 250/009 Of 1 Mar 23. Package One Coc/coa Per Item.supplier Format Is Acceptable. coc/coa Shall Provide Test Reports Certifying Conformance Of Material Samples To Requirements. In Addition, The Coc/coa Shall Provide Documentation For Traceability Of Each Unit To The Mateial Batch That Produced It. coc/coa Satisfies The Laboratory/material Testing Part Of The Receipt Inspection Process. Per Approval Letter, "no Receipt Inspection Material/laboratory Testing Is Required." Pns Ltr 9690 Ser 05u7/039, 29 Mar 2023, Approves Request From Pns Ltr 9110 250/009, 1 mar 23; Both Availableupon Request. The Requirements Of Letters Do Not Authorize Any Change In Terms, Conditions, Delivery Schedule Or Price Or Amount Of The Subject Contract Or Any Other Government Contract. In The Event You Consider That These Requirements Represent A Change For Which You Are entitled To An Equitable Adjustment, You Are To Comply With The Requirements Of The "notification Of Changes" Clause In The Contract.;
Contract Date29 Apr 2025
Contract AmountUSD 595.6 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
58--comparator Module,s, In Repair/modification Of
Contract Date29 Apr 2025
Contract AmountUSD 776.4 K 
31-40 of 5384 active Tender Results