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
1. Action Code: Presolicitation
2. Date: 15 January 2025
3. Fiscal Year: 2025
4. Contracting Office Zip Code: 23511
5. Classification Code: V124- Transportation/travel/relocation - Transportation: Marine Charter
6. Contracting Office Address: 471 East C St., Bldg. Sp-64, Naval Station Norfolk, Norfolk, Va 23511
7. Subject: Tanker Voyage Charter
8. Proposed Solicitation Number: N3220525r4031
9. Closing Response Date: 21 January 2025
10. Contract Point Or Contracting Officer: David Hamilton; David.k.hamilton19.civ@us.navy.mil; 564-230-3260
11. Contract Award And Solicitation Number: T.b.d.
12. Contract Award Dollar Amount: T.b.d.
13. Contract Line Item Number: N/a
14. Contract Award Date: T.b.a.
15. Contractor: T.b.d.
16. Description: One, Clean, Approved, U.s. Or Foreign Flag, Double-hull Tanker, With An Inert Gas System And Segregated Ballast Tanks That Is Capable Of Carrying A Minimum Of 230,000 Bbls Of Clean Product (intentions Jp5) Within Vessel’s Natural Segregation In Designated Cargo Tanks With Double-valve Isolation.
17. Place Of Contract Performance: The Intended Loading Port/place Is Jebel Ali, Uae (seot Terminal); And The Intended Discharging Ports/places Are Subic Bay, The Philippines (dla Fuel Pier), Akasaki, Japan (dla Fuel Pier), And Yokosuka, Japan (dfsp Hakozaki Terminal). The Laydays Commence 17 February And Cancel 18 February 2025, And The Period Of Performance Will Be One Voyage.
18. Set-aside Status: N/a. The Decision To Release This Procurement As “unrestricted” Is Based On Responses Received From A Recent, Sources Sought Notice For This Service. All Responsible Sources May Submit A Proposal, Which Shall Be Considered By The Agency. The Small Business Administration Procurement Center Representative Has Concurred With This Decision.
Contract Date7 Feb 2025
Contract AmountUSD 4.5 Million
DEPT OF THE NAVY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
31--bearing,sleeve, In Repair/modification Of
Contract Date6 Feb 2025
Contract AmountUSD 73.6 K
DEPT OF THE NAVY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
48--valve,control Diaph, In Repair/modification Of
Contract Date6 Feb 2025
Contract AmountUSD 291.2 K
DEPT OF THE NAVY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
inspection And Acceptance Of Supplies|26|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||tbd|n00383|tbd|tbd|see Schedule|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||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (jan 2023)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitation Of Liability--high-value Items (feb 1997)|1||
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 (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|334220|1250|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
all Terms And Conditions Of Boa N0038321gzj01take Precedence Of This Solicitation.
\
Contract Date6 Feb 2025
Contract AmountUSD 903.5 K
DEPT OF THE NAVY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
43--bowl Assembly - And Similar Replacement Parts, In Repair/modification Of
Contract Date6 Feb 2025
Contract AmountUSD 1.2 Million
DEPT OF THE NAVY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Contact Information|4|n7m2.7|bsa|7176052048|andrew.stader@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|||||||||
desired And Required Time Of Delivery (june 1997)|29|0001aa|18|180 |0001ab|17|180||||||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|receiving Report And Invoice Combo|n/a|tbd|tbd|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 (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
small Business Subcontracting Plan (oct 2022)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (jan 2023)|2|||
list Of Award Attachments|5||||||
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
small Business Program Representations (deviation 2023-o0002) (dec 2022)|4|||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (mar 2023)|13|332994|1000||||||||||||
instructions To Offerors -- Competitive Acquisition (nov 2021)|2|||
facsimile Proposals (oct 1997)|1||
requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021))|7||||||||
type Of Contract (apr 1984)|1|firm Fixed Price|
alterations In Solicitation (apr 1984)|3||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
nmendment Executes The Following:
proposal Extension Through 15 Nov 2023.
no Other Changes Are Made.
\
amendment Executes The Following:
extension Of Proposal Due Date Through 28 Aug 2023.
\
amendment Executes The Following:
extension Of Proposal Due Date Through 31 Jul 2023.
\
amendment Hereby Executes The Following:
this Requirement Is Buy American, Removal Of Provisions Dfars 252.225-7020, 7021, 7035, And 7036.
removal Of Provision Wsstermmz01.
all Other Provisions And Requests Remain The Same.
\
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s)listed In The Schedule.
all Freight Is Fob Origin.
this Rfp Is For Procurement. The Resultant Award Of This Solicitation Will Beissued Bilaterally, Requiring The Contractors Written Acceptance Prior Toexecution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
government Source Inspection Is Required.
this Rfp Is For The Procurement Of 35 Feeder, Ammunition, M (7hh 1005 014867071).
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Feeder,ammunition,m .
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 Feeder,ammunition,m Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;53711 6736643;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
Contract Date6 Feb 2025
Contract AmountUSD 1.6 Million
DEPT OF THE NAVY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
43--bowl Assembly, In Repair/modification Of
Contract Date6 Feb 2025
Contract AmountUSD 1.8 Million
DEPT OF THE NAVY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208 Or Iso9001|
inspection Of Supplies--fixed-price (aug 1996)|2|||
desired And Required Time Of Delivery (june 1997)|29|0001aa-0001ab|150|320 |000ac - 0001ad|150|380|0001ae|267|500||||0001aa - 0001ab|150|365|0001ac - 0001ad|150|425|0001ae|267|545 |||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||n/a|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss-n00104|
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13|x||x||x|||||||||
annual Representations And Certifications (may 2024)|13|334111|1250|x|x|x|||||||||
instructions To Offerors -- Competitive Acquisition (nov 2021)|2|||
type Of Contract (apr 1984)|1|firm-fixed Price|
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Requirement Is Set-aside For Small Businesses.
government Furnished Material Will Be Provided As Shown Within The Requirements Section Of This Request For Proposal.
proposals Submitted Via Neco Are Not Acceptable. Vendors Must Complete, Sign And Return A Copy Of The Solicitation By Including It As An Attachment To An Email Directed To The Contract Specialist At Tonya.l.nearhood.civ@us.navy.mil.
_________________________ Material Inspection Location
_________________________ Packaging Inspection And Final Acceptance Location
Please Provide A Proposed Delivery Schedule Within Clause 52.211-9 Located In Section F Of The Rfp.
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.
any Contract Resulting From This Solicitation Will Be Issued Bi-laterally Requiring The Contractor's Written Acceptance Prior To Execution.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Converter,frequency .
1.2 ;gfe Available For This Purchase Order. The Following Chips Are Needed To Make The Accelerometer Node Processor Card (eb-5378-3), Which Is A Subcomponent Of The An (eb-5378-1). The Following List Of Chips And Quantities Are Needed To Make One
accelerometer Node Processor Card (eb-5378-3):
1. P/n - S4mf06607bspzqq1, Qty 1
2. P/n - Ads1274ipapt, Qty 1
3. P/n - Ths4521idgkt, Qty 4
4. P/n - Ep3c16q240c8, Qty 1
5. P/n - Opa2350ea/250, Qty 1
6. P/n - Afbr-5805az, Qty 2
7. P/n - M25px80-vmn6tp Qty 1;
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order,
however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
document Ref Data=mil-std-129 | | |p |041029|a| |03|
document Ref Data=mil-std-1686 | | |c |951025|a| | |
document Ref Data=iso9001 | | | |010417|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Converter,frequency Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;96169 Eb-5378-1
3eau9 Eb-5378-1
9m789 Eb-5378-1
30ss9 Eb-5378-1;
3.2 Electrostatic Discharge Control - The Contractor Shall Comply With The Electrostatic Discharge Control Requirements Established In Mil-std-1686.
3.3 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-129; .
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Spcc Contracting Officer Has Been Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer
will Be Acceptable For Government Evaluation. When Notifying The Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not
effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace
New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.5 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection.
If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part.
The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard.
If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned.
These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements.
Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided:
Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001.
4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To
mil-i-45208 Are Granted Permission To Utilize Mil-i-45208 If Desired.;
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.
Contract Date6 Feb 2025
Contract AmountUSD 2.5 Million
DEPT OF THE NAVY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
This Is A 100% Small Business Set Aside For A Vtc Box. The Requirement Has A Distribution "d" Drawing And Requires Access To The Joint Certification Program (jcp) For Access. The Amendment Was Created To Include Non Hazardous Material Commercial Air Shipment. Please Provide Quotes No Later Than 24 January 2025 8:00 A.m. Pacific Standard Time.
Contract Date5 Feb 2025
Contract AmountUSD 13.4 K
DEPT OF THE NAVY USA Tender Result
Result Stage: Awarded (AOC Available)
United States
Nrl Notice Of Intent To Award A Sole Source
this Notice Of Intent Is Not A Request For Competitive Proposals. This Is Not A Solicitation Or Request For Offers. No Solicitation Package Is Available And Email Requests Will Not Be Honored. Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements.
the Naval Research Laboratory (nrl) Intends To Award A Sole Source Purchase Order To
circus Ice Cream, Inc. Of Waldorf, Maryland To Furnish: Dry Ice Deliveries.
__x__ See Attached Schedule Of Supplies/services Or _____ See Chart Below
the North American Industry Classification System Code (naics) For This Requirement Is 325120 With The Size Standard Of 1,200. The Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 6850.
this Purchase Will Be Made Utilizing Simplified Acquisition Procedures In Accordance With:
federal Acquisition Regulation (far) Part 13.106-1(b) For Purchases Not Exceeding The Simplified Acquisition Threshold Of $250,000.
interested Parties May Identify Their Interests And Capability To Respond To This Requirement In Accordance With The Posted Opening And Closing Dates. Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Would Be Advantageous To The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether Or Not To Conduct A Competitive Procurement. A Determination By The Government Not To Compete This Proposed Purchase Order Based Upon Response To This Notice Is Solely Within The Discretion Of The Government. No Reimbursement For Any Cost Connected With Providing Capability Information Will Be Provided.
please Reference This Notice Of Intent Number, N00173-25-q-1301216521 On Your Correspondence And In The “subject” Line Of Your Email.
Contract Date5 Feb 2025
Contract AmountUSD 19.5 K
51-60 of 4955 active Tender Results