Tender Results of Dept Of The Navy Usa

Tender Results of Dept Of The Navy Usa

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contract Date13 Apr 2021
Contract AmountUSD 185 K 
N66001-20-p-6829-p00001: Notice Of Intent To Issue Modification To Starfire Industries, Llc

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contract Date13 Apr 2021
Contract AmountUSD 639.5 K 
Description the Naval Air Warfare Center Weapons Division (nawcwd), China Lake, California, Anticipates Issuing A Firm-fixed Price (ffp) Contract For The Procurement Of An X-ray Cabinet That Can Perform Two-dimensional Live View X-ray Imaging As Well As Three-dimensional Computed Tomography (ct) Scans.  the System Shall Also Include The Following Items: X-ray Tube Capable Of 225 Kilo-volt Potential With Multiple Material Targets, A Digital Detector Array (dda), A 4 Axis Manipulation System (x, Y, Z, And Rotational), An Equipment Controller With Reconstruction Software And Radiographic Viewing Capabilities, A Second Reconstruction Station For Viewing Ct Scans, And A Cabinet To Shield All Operators And General Public From Ionizing Radiation. this Notice Of Intent Is Not A Request For Competitive Proposals.  the Solicitation Or Request For Proposal (rfp) Will Be Posted In Contract Opportunities On The Beta.sam Website At Https://beta.sam.gov/ On Or About July 30th, 2020, And Will Close 30 Days From The Rfp Issue Date.  delivery Will Be Fob Destination.  additional Details Will Be Contained In The Solicitation.   procurement Type per Far 6.102(b), This Procurement Will Use Competitive Procedures Under Full And Open Competition. other Information all Responsible Sources Must Be Registered In The System For Award Management (sam) Database At The Following Website: Https://www.sam.gov/portal/public/sam/ Https://www.sam.gov/sam/ contractors Must Be Certified Through Defense Logistics Information Services (dlis) In Order To Access Controlled Unclassified Information (cui) Or Export Controlled Information In Contract Opportunities Within Beta.sam..  see The Dla Website For The Joint Certification Program:  https://www.dla.mil/hq/logisticsoperations/services/jcp/ going Forward, All New Entities Registering In Gsa's System For Award Management (sam), As Well As Existing Registrations Being Updated Or Renewed, Will Require The Submission Of An Original, Signed Notarized Letter Identifying The Authorized Entity Administrator For The Entity Associated With The Data Universal Numbering System (duns) Number.  effective June 11, 2018, Entities Who Create Or Update Their Registration In Sam.gov To Apply Only For Federal Assistance Opportunities Such As Grants, Loans, And Other Financial Assistance Programs, Have A Notarized Letter On File Within 30 Days Of Registration.  additionally, Effective June 29, 2018, All Non-federal Entities Who Create Or Update Their Registration In Sam.gov, Have A Notarized Letter On File Within 30 Days Of Registration.  it Is Recommended That All Interested Parties Be Aware That Processing This Additional Information May Take Several Days And Are Proactive In Maintaining The Sam Registrations In An "active" Status As The Government Cannot Award To An Entity Without An "active" Sam Registration.  more Information Can Be Found At Www.gsa.gov/sam.   

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contract Date12 Apr 2021
Contract AmountUSD 95.7 K 
Phacoemulsification Cataract Extraction Unit

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contract Date12 Apr 2021
Contract AmountUSD 330.4 K 
59--circuit Card Assemb, In Repair/modification Of

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contract Date12 Apr 2021
Contract AmountUSD 590.8 K 
16--aps Pallet, In Repair/modification Of

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contract Date8 Apr 2021
Contract AmountUSD 459.4 K 
The Norfolk Naval Shipyard (nnsy) Service Contracting Department, Portsmouth, Va, Va 23709-5000, Intends To Award A Firm Fixed Price Contract For The Rental Of  (4) A/c Units With Heaters Using The Policies And Procedures Of Federal Acquisition Regulation (far) Part 12 - Acquisition Of Commercial Items And Far Subpart 13, Simplified Acquisition Procedures.  This Requirement Will Be Solicited As 100% Total Small Business Set-aside.  The Naics Code Applicable To This Procurement Is 532490.  The Size Standard Is $35 Million. nnsy Requires A Contractor To Provide (4)  air Conditioner Units With Heaters. This Requirement Will Contain A Period Of Performance Of 7 May 2021 Through 6 May 2022 With An Option Of 7 May 2022 Through 31 March 2023 Along With Six (6) One Month Options.   the Solicitation, Any Documents Related To This Procurement, And All Amendments Issued Will Be In Electronic Form.  potential Vendors Are Hereby Notified That The Solicitation And Subsequent Amendments To The Solicitation Will Only Be Available By Downloading The Documents At The Above Web Site. This Office Will No Longer Issue Hard Copy Solicitations. all Responsible Sources May Submit A Quotation Which Will Be Considered By The Government.  By Submitting A Quotation, The Vendor Will Be Self-certifying That Neither The Principal Corporate Officials Nor Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency.  Failure To Do So May Represent Grounds For Refusing To Accept The Quotation.  The Contracting Officer Reserves The Right To Conduct Verbal Or Written Discussions With Respect To Other Than Price With The Vendors At Any Time Prior To Award.  By Submission Of A Quotation, The Vendor Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation, Except For Awards To Foreign Vendors For Work To Be Performed Outside The United States.  Lack Of Registration In The Sam Database Will Make A Vendor Ineligible For Award.  Vendors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220, Or Via The Internet At Https://www.sam.gov.  Please Direct All Questions Regarding This Requirement To Mr. Sebastian Edwards At  Sebastian.edwards@navy.mil .

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contract Date8 Apr 2021
Contract AmountUSD 776.6 K 
66--inertial Measuring, In Repair/modification Of

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contract Date7 Apr 2021
Contract AmountUSD 28.9 K 
Computer Aided Sperm Analysis (casa)

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contract Date7 Apr 2021
Contract AmountUSD 251.2 K 
59--phase Shifter,elect, In Repair/modification Of

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contract Date7 Apr 2021
Contract AmountUSD 1.6 Million 
Item Unique Identification And Valuation (mar 2016)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (dec 2018)|16|invoice And Receiving Reports. |source|tbd|n00383|tbd|tbd|tbd|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||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (jun 2020)|1|| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|334413|tbd||||| small Business Subcontracting Plan (aug 2018)(deviation 2018-o0018)|5|||||matthew.pizzarelli@navy.mil| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (feb 2019)|2||| buy American-free Trade Agreements-balance Of Payments Program - Basic(deviation 2020-o0019) (jul 2020))|3|||| limitation Of Liability--high-value Items (feb 1997)|1|| alternate A, Annual Representations And Certifications (apr 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American--balance Of Payments Program (nov 2014)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (mar 2020)|13|334413|tbd|||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a7 |do| the Purpose Of This Amendment Is To Include Solicitation N00383-20-r-n542's Requirement With This Solicitation. no Other Termshave Changed. this Amendment 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 amendment. \ ) This Solicitation Is For Made New Manufacture Spare Parts. this Is A Sole Source Requirement. 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/public/navsup/wss/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 Matthew Pizzarelli At The Email Address: Matthew.pizzarelli@navy.mil. navsup Wss Requests Proposals Submitted In Response To This Solicitation Remain Valid For A Minimum Of 120 Days Following Submission. all Contractual Documents 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. \ 1. Scope 1.1 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.2 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.3 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.4 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: driver Module A ;69314b-09; P/n, ;5963 01-689-9110; Nsn, ;most Recent Update; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. driver Module A ;efw Inc; Company Name , ;4700 Marine Creek Pkwy, Ft Worth, Tx 76179; Address , ;0wec9; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
4481-4490 of 4859 active Tender Results