Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Nsn 7r-5996-015830602-vh, Iaw Ref Nr 70901-21908-105, Qty 2 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Competitive Basis For The Procurement Of The Following: Nom: Amplifier,electroni, Nsn: 7rh 5996 015830602 Vh, Pn: 70901-21908-105/73000097-9, Qty: 2, Naics: 335999, Fsc: 5996 There Are No Drawings/data Available. 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. 3204(a)(1) As Supplemented By Far 6.302. Source Approval Statement Applies To Nsn(s). 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. The Government Intends To Acquire These Supplies Using The Provisions, Clauses And Procedures Prescribed In Far Part 15. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies. 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 Setaside. Electronic Procedures Will Be Used For This Solicitation And 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 Julianna.r.macrillo.civ@us.navy.mil
Closing Soon24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Nsn 7r-5865-017083360-p8, Ref Nr 131k831g05, Qty 5 Ea, Delivery Fob Origin. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Soon24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n793.09|bfa|n/a|kyle.r.matsinger.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
fms Delivery And Shipping Instructions|3|||x|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports||n/a|n00383|tbd|tbd|tbd|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months After Date Of Delivery|45 Days After Discovery Of Defect|||||
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|
this Is A Fms Spares Requirement For The Items Listed In This Solicitation.
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.
this Solicitation Will Be Using Competitive Procedures.
this Requirement Will Be Awarded To The Offeror With The Lowest Price Technically Acceptable (lpta) Quote.
the Closing Date For This Solicitation Is Listed On Page 1 Of The Solicitation.
the Quotes May Be Emailed To The Below Email Address And Must Be Received On Or Before 2:00pm Est On The Closing Date.
offers Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award.
\
Closing Date10 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Nsn 7r-1650-014551415-qe, Ref Nr 2-7917-3, Qty 5 Ea, Delivery Fob Origin. Nsn 7rh 1650 014551415 Qe, Tdp Ver 003, Qty 5 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights, Manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. Notwithstanding The Above, A Potential Offeror May Not Be Denied The Opportunity To Submit An Offer For A Contract Solely Because The Potential Offeror Is Not Currently Approved, Provided That The Potential Offeror Can Demonstrate To The Satisfaction Of The Contracting Officer That It (or Its Product) Meets The Standards Established For Source Approval, Or Can Meet Such Standards Prior To The Date Specified For Award Of The Contract. Please Note That If Evaluation Of The Source Approval Request Cannot Be Processed In Time To Meet Logistics Support Requirements, Award Will Be Made To A Currently Approved Source. The Request Can Still Be Processed For Consideration Against Future Requirements. The Submission Of Complete And Accurate Documentation, As Specified In The Navsup Wss Source Approval Information Brochure, Shall Be Essential For Consideration Of A Source Approval Request. If The Documentation Is Inadequate Or Incomplete, The Submitter Shall Be Notified Of Deficiencies And Provided An Opportunity For Resubmittal. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-supp Ort/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "ht Tps://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/busine Ss-opps/" Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dod Single Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assist Help Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dla Document Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit Only Approved Sources Under 10 U.s.c. �3204(a)(1), However, Please See Discussion Regarding Sar Process Above. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotations Or Capability Statements. This Notice Of Intent Is Not A Request For Full And Open Competition Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Soon24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Msu-200 Starter And Fadec Components
Closing Date2 Dec 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Combined Synopsis/solicitation #: N0017825q6620
submitted By: Susan Madison
naics Code: 334515
fsc/psc Code: 6650
anticipated Date To Be Published In Sam.gov: 06 November 2024
anticipated Closing Date: 15 November 2024
contracts Poc Name: Susan Madison
telephone#: (540) 613-3296
email Address: Susan.h.madison.civ@us.navy.mil
code And Description: 6650 – Optical Instruments Test Equipment, Components And
Accessories
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
synopsis/solicitation N0017825q6620 Is Issued As A Request For Quotation (rfq). The Synopsis/solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through The Federal Acquisition Regulation As Indicated In The Attached Sf1449. The Sf1449 Form Is Being Utilized To Generate The Applicable Clauses From The Standard Procurement System.
this Requirement Is Not Eligible For Small Business Set-aside.
material Must Be Taa Compliant.
the Naval Surface Warfare Center Dahlgren Division (nswcdd) Intends To Award On A Sole Source Basis For The Below Reflectometer With The Noted Options And Services Manufactured By Ultra Fast Innovations In Accordance With The Attached Statement Of Work (sow). Ultra Fast Innovations Is Located In Garching, Germany.
quantity Item Description
1 Glacier-c 640-1100/1200-2000 Ultrafast Innovations Precision Cavity Ringdown Reflectometer. Output Spectrum 640-1100 Nm And 1200-2000 Nm. 99.995% Reflectance Measurement At 1080 Nm And 99.999% Reflectance Measurement At 640 Nm And 1645 Nm. 5-45 Degrees Angles Of I Incidence.
1 2” Reflectance Custom Sample Holder Additional Mount For 2” Optics
1 1” Transmission Rotation Custom Sample Holder Additional Rotational Mount For 1” Optics
1 1064 Nm Suppression Filter Filter To Suppress Pump Wavelength
the Contractor Shall Unpack, Install, And Qualify The System At The Nswcdd Location In Accordance With 3.2 Of The Sow.
the Contractor Shall Provide One Full Day Of Installation And On-site Instrument Instruction In Accordance With 3.3 Of The Sow.
the Contractor Shall Provide Training On Software And Use Of The System After The Installation Is Complete In Accordance With 3.3.1 Of The Attached Sow.
the Contractor Shall Coordinate With The Technical Point Of Contact (tpoc) Identified Below To Complete This Work After Issuance Of The Purchase Order In Accordance With 3.4 Of The Sow.
all Travel Cost Shall Be In Accordance With The Joint Travel Regulations And Shall Be Provided On A Separate Clin. The Offeror Shall Ensure They Can Provide The Reflectometer And Services Outlined In The Sow.
ultra Fast Innovations Is The Only Commercial System Meets Requirements Of Measuring Losses Of 5-1000 Parts Per Million, And For Wavelength Operation And Tuning Which Are 640-1100nm And 1200-2000nm Using A Supercontinuum Source. Ultrafast Innovations Owns The Patent For Using A Supercontinuum Source For Cavity Ring Down Measurements, Us 11,821,840 B2.
please Include Shipping/freight Cost To Dahlgren, Va 22448-5114. Simplified Acquisition Procedures (sap) Will Be Utilized For Award In Accordance With Far Part 13. The Order Shall Be Firm Fixed Price.
all Responsible Offerors Must Submit, With Its Offer, The Representation Required In Paragraph (c) Of Far Solicitation Provision 52.212-3. Offerors Must Complete The Following Representations When The Resulting Contract Is For Supplies To Be Delivered Or Services To Be Performed In The United States Or Its Outlying Areas, Or When The Contracting Officer Has Applied Far Part 19. All Offerors May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Agency. The Completion And Submission To The Government Of An Offer Shall Indicate The Offeror’s Unconditional Agreement To The Terms And Conditions In This Solicitation. Offers May Be Rejected If An Exception To The Terms Or Conditions Set Forth In This Solicitation Is Taken.
at Time Of Proposal Submission Please Submit Any Historical Data And Published Pricing. Award Will Be Made Based On Lowest Price Technically Acceptable.
in Order To Be Eligible For Award, Firms Must Be Registered In The System For Award Management (sam). Offerors May Obtain Information On Registration In Sam By Calling 866-606-8220, Or Via The Internet At Https://www.sam.gov.
quote Is Due 15 November, No Later Than 12:00 P.m. Est With An Anticipated Award Date By 3 December 2024. Questions And Responses Regarding This Synopsis/solicitation May Be Submitted By E-mail To Susan.h.madison.civ@us.navy.mil To The Rfq Closing. Please Be Sure To Include Synopsis/solicitation Number N0017825q6620 In The Subject Line.
attachments –
-sf1449: Solicitation For Commercial Items
- Sow
Closing Date15 Nov 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Nrl Long Range Broad Agency Announcement (baa) For Basic And Applied Research
Closing Soon28 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Intent To Sole Source Leslie Valves
Closing Date29 Oct 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Repair Of The Nsi Laser Mill Cutting System
Closing Date30 Dec 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n771.1|apa|7176052375|hilary.l.garrett.civ@us.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|combo (invoice & Receiving Report)|n/a|tbd|n00104|tbd|tbd|see Schedule|see Schedule|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg|
equal Opportunity (sep 2016)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (nov2023))|5||||||
option For Increased Quantity (mar 1989)|1|365 Days|
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (nov 2023))|5||||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (mar 2023)|13|334290|800||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
amendment To Adjust Quantity Requested.
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractors Written Acceptance Prior To Execution.. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 126 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
your Quote Should Include The Following Information:
Quote Amount And Rtat
Unit Price:__________
Total Price:__________
Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractors Facility As Reflected In The Aaction Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract.
Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte): ___
Return Material Authorization # (rma), If Applicable:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________
Testing And Evaluation If Beyond Repair
T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment.
The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________.
Awardee Info & Performance Location
Awardee Cage: __________
Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________
Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As ""awardee Cage"":__________
Iot Compare Repair Price To Price To Buy New
New Unit Price:__________
New Unit Delivery Lead-time:__________
if Rent-free Usage (rfu) Of Government Furnished Equipment (gfe) Is Required For Performance, Provide A List Of Gfe Nomenclature And Item Numbers Here:_____________________________________
_____________________________________
_____________________________________
_____________________________________
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A
price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A ""reconciliation Modification"" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section
Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Synchronizer .
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 Synchronizer Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall Be
performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor
or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;24930 299143-2;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date31 Dec 2025
Tender AmountRefer Documents
1871-1880 of 1884 active Tenders