Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n774.19|eax|717 605 4255|alexander.m.davies6.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|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|see Schedule|tbd|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 (feb 2024)|11||||||||||||
option For Increased Quantity (mar 1989)|1|365 Days From Date Of Award|
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|334220|1250|x|x||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
This Is A High Priority Casrep Requirement; Expedited Response Is Requested ^^
a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Alexander.m.davies6.civ@us.navy.mil
b. General Requirements: Mil-std Packaging, Government Source Inspection, Fob Source, Cav Reporting.
c. This Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
d. Only A Firm-fixed (ffp), Not-to-exceed (nte), Or Estimated (est) Price For The Repair Of The Subject Item(s) Will Be Accepted. Quotes Limited To Test And Evaluation (t&e) Will Not Be Accepted. The Quoted Price Must Be For The Repair Of The Item(s).
e. Must Adhere To Iuid Requirements Of Dfars 252.211-7003
f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Repair Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
g. The Government Is Requesting A Repair Turnaround Time (rtat) Of: ## ______ Days After Receipt Of Asset.
Repair Turnaround Time (rtat) Definition: 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 Contractor's Facility As Reflected In The Action 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.
please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25.
throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences: _____/month (contractor Is To Fill In #). A Throughput Of "0" (zero) Per Month Reflects No Throughput
constraint.
induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer.
h. Important Note:
reconciliation Price Reduction:
any Asset(s) For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late. However, Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If The
contractor Does Not Meet The Required Rtat Due To Inexcusable 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: $__________. (vendor Is To Fill In Amount)
i. Your Quote Must Include The Following Information For Justification Purposes:
- Repair Unit Price ________________
- Total Price________________
- Repair Turnaround Time (rtat) _____________ Days
note: If You Are Not Quoting The Government's Requested Repair Turnaround Time (rtat) Or Sooner, You Must Provide Your Company's Capacity Constraints Below:
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
- Indicate Price Type:
Firm-fixed-price _____
Not-to-exceed (ceiling Price) _____
Estimated _____
- New Unit Price_________________
- New Unit Delivery Lead Time____________ Days
- 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/ber, 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 Based On: ____________________________________________________________________
____________________________________________________________________
- Award To Cage:________
- Inspection & Acceptance Cage, If Not The Same As Award To Cage: _________
- Facility/subcontractor Cage (where The Asset Should Be Shipped To), If Not Same As Award To Cage. __________
- Facility/subcontractor Or Packaging Facility Cage (where The Asset Will Be Shipped From), If Not The Same As Award To Cage. ________
- Basis Of Quoted Pricing:
; Estimated Costs____
; Historical Repair Pricing___
;other ______________________________________________
- Cost Breakdown Requested, Including Profit Rate (if Feasible).
- Quote Expiration Date _______________________ (min Of 90 Days Is Requested).
- Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example)
j. Options
prospective Option Quantity Up To 100%
notes:
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government Requests Up To A 100% (2 Ea) Option For A Period Of 365 Days. The Option Grants The Government The Unilateral Authority To Increase
this Order Up To The Above Quantity Within 365 Days Of The Contract Award Date. This Will Incorporate Far Clause 52.217-6 (option For Increased Quantity) Into The Award. 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. A Modification Will Be Completed At The Time The Option Is Exercised And All Current Contract Terms And Conditions Will Apply To The Option Quantity.
please Indicate If The Contracting Officer May Exercise The 100% Option Quantity For The Contract.
yes ____ Or No ____
or If You Request A Variation To The Option Please Let Me Know In Your Quote.
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 Display Multi Funct .
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 Display Multi Funct 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.
;sd477 Tecc10100a;
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 Date21 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Contact Information|4|n7m1.16|gwf|717-605-2828|dakota.s.bentzel.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||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
option For Increased Quantity (mar 1989)|1|365 Days|
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|333618|1500||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
government Source Inspection Is Required.
Unit Price:__________ Firm
Total Price:__________ Firm
Procurement Turnaround Time (ptat) :__________
Awardee Cage: __________
Inspection & Acceptance Cage, If Not At Source:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________
important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is An Authorized Distributor Of Their Items.
the Contract Officer Would Like To Exercise A 100% Option Quantity Within365-days Of The Effective Date Of The Contract Award. The Contractor Willprovide The Same Delivery Turnaround As The Base Line Items. A Modificationwill Be Completed At The Time The Option Is
Exercised And All Current Contract Terms And Conditions Will Apply To The Option Quantity.
please Indicate If The Contracting Officer May Exercise The 100% Optionquantity For The Procurement Contract.
yes ___ Or No ____
please Indicate The Pricing For The Option Quantity.
price Each: $___________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Crankshaft,engine .
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 Manufacturing And Design - The Crankshaft,engine Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;11083 128-6786; .
3.2 ;all Distributors/resellers Must Obtain Material Directly From The Oem.;
3.3 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date26 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Nsn 1r-5330-llf02m638-p8, Ref Nr 411a3140-144b, Qty 1 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Sole Source Basis With The Boeing Company (cage: 81205) For The Spare Of Items Below: Nomenclature Niin Part Number Aircraft Seal Assy Llf02m638 411a3140-144b P8 There Are No Drawings/data Available. This Source Is The Original Equipment Manufacturer (oem) And The Only Known Source For Providing Spare Support Of The Above Spare Part. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase This Part From Additional Sources. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. The Government Intends To Solicit And Negotiate With Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Source Authority: 10 U.s.c. 2304(c)(1), As Supplemented By Far 6.302. Source Approval Statement Applies To This Nsn. The Approved Sources For This Material Are Listed Above And It Is Expected That Award Will Be Made To This Firm. Any Firm Which Is Not Already Approved To Manufacture This Material Must Submit A Source Approval Request, Sar. This Procurement Will Not Be Delayed To Wait For A Sar Approval. Naics Code:339991 Pcs:5330 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. 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. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days After Date Of Publication Of This Synopsis Will Be Considered By The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. This Procurement Is Not A Total Small Business Set-aside. Navsup Wss Intends On Awarding Sole Source To The Boeing Company (cage: 81205), And That The Lack Of Response From Any Other Source Will Consider Them To Be Not Interested. Electronic Procedures Will Be Used For This Solicitation. Rfp/solicitation Will Be Posted To Neco. The Approximate Issue Date For The Solicitation/rfp Will Be 20 March 2025 With An Approximate Response/closing Date Of 20 April 2025. No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. Anticipated Award Date Is 20 May 2025. Interested Organizations May Submit Their Capabilities And Qualifications To Perform The Effort By Email Jessica Gershenfeld, Jessica.m.gershenfeld.civ@us.navy.mil.
Closing Date25 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
This Notice Serves As A Combined Pre-solicitation Synopsis And Solicitation For The Repair Of 3 Ea. Nsn 7r1560015538650, 313004805313, Tank,refueling,aircraft, For Foreign Military Sales Brazil. The Repair Of This Item Is Sole Source To Mission Systems Davenport, Inc., Cage 72429. Mission Systems Is The Original Equipment Manufacturer (oem) The Repair Data For These Requirements And Is The Only Known Source To Possess Full Repair Capability. Complete Data, Drawings, And The Rights To The Same Are Not Available From The Government. Even Though These Items Are Sole Source To Mission Systems, All Responsible Sources May Submit A Capability Statement, Proposal Or Quotation, Which Shall Be Considered By The Agency.
for Any Questions Concerning This Notice, Contact The Pco, Jeremy Barney At 215-697-2486 Or Jeremy.p.barney.civ@us.navy.mil.
the Government Intends To Solicit And Negotiate With The Prime Contractor Under The Authority Of Far 6.302-1.
a Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. The Original Equipment Manufacturer (oem) Of These Items Maintain Design Control And Repair Knowledge Or Technical Data That Is Essential To Maintaining The Quality Of The Part. The Spare Repairable Assemblies To Be Repaired And/or Modified Under This Agreement Are Set Forth By Manufacturers Part Number And Constitute Government Property As Defined In Far Clause 52.245-1 Government Property Or 52.245-1 Alternate I, As Applicable.
this Listing Of Items Is Attached To This Notice.
all Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotations Or Capability Statements.
eligible Contractors Shall Provide A Submission To Jeremy.p.barney.civ@us.navy.mil That Includes:
1) Company Name And Cage Code
2) Part Number/niin Eligible To Repair
3) Is Your Company The Original Equipment Manufacturer (oem)?
4) Is Your Company Capable Of Repairing The P/n In 2 But Your Company Is Not The Oem?
a) Explain How Your Company Has The Technical Capacity To Perform The Necessary Repairs.
5) Is Your Company A Small Business? If So, What Type Of Small Business?
6) Company Poc
an Alternate Source Must Qualify In Accordance With The Design Control Activity’s Procedures, As Approved By The Cognizant Government Engineering Activity.
the Subject Items Require Government Source Approval Prior To Contract Award.
only The Source Previously Approved By The Government For Repair Of These Items Will Be 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 The Navsup Wss Source Approval Information Brochure For Repair. This Brochure Identifies Technical Data Required To Be Submitted Based On Your Company’s Experience In Repair Of The Same Or Similar Items. This Brochure Can Be Obtained By Calling The Navsup Wss Pco Or At
https://www.navsup.navy.mil/navsup/ourteam/navicp/business Opps
if Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss, Submit With Your Offer A Copy Of The Cover Letter That 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.
this Notice Of Intent Is Not A Request For Competitive Proposals. All Proposals Received Within 45 Days After Date Of Publication Of This Synopsis Will Be Considered By The Government.
questions Or Comments Regarding This Notice May Be Addressed To Jeremy Barney Either By E-mail At Jeremy.p.barney.civ@us.navy.mil Or By Phone 215-697-2486.
Closing Date25 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Nsn 1r-5325-016612407-p8, Ref Nr X1007, Qty 19 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Sole Source Basis With Tim Lock Inc (cage: 57137) For The Spare Of Items Below: Nomenclature Niin Part Number Aircraft Grommet,nonmetallic 016612407 X1007 P8 There Are No Drawings/data Available. This Source Is The Original Equipment Manufacturer (oem) And The Only Known Source For Providing Spare Support Of The Above Spare Part. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase This Part From Additional Sources. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. The Government Intends To Solicit And Negotiate With Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Source Authority: 10 U.s.c. 2304(c)(1), As Supplemented By Far 6.302. Source Approval Statement Applies To This Nsn. The Approved Sources For This Material Are Listed Above And It Is Expected That Award Will Be Made To This Firm. Any Firm Which Is Not Already Approved To Manufacture This Material Must Submit A Source Approval Request, Sar. This Procurement Will Not Be Delayed To Wait For A Sar Approval. Naics Codes:332722 Psc: 5325 Contract Duration Will Be 1 Year. Uid: Uid Requirements Will Apply. Buy American Clauses Will Apply And Will Be Posted In The Solicitation. 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 Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies. 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. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days After Date Of Publication Of This Synopsis Will Be Considered By The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. This Procurement Is Not A Total Small Business Set-aside. Navsup Wss Intends On Awarding Sole Source To �tim Lock Inc (cage: 57137)�, And That The Lack Of Response From Any Other Source Will Consider Them To Be Not Interested. Electronic Procedures Will Be Used For This Solicitation. Rfp/solicitation Will Be Posted To Neco. The Approximate Issue Date For The Solicitation/rfp Will Be 20 March 2025 With An Approximate Response/closing Date Of 20 April 2025. No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. Anticipated Award Date Is 20 May 2025. Interested Organizations May Submit Their Capabilities And Qualifications To Perform The Effort By Email Jessica Gershenfeld, Jessica.m.gershenfeld.civ@us.navy.mil.
Closing Date25 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Nsn 7r-6610-131217919-p8, Iaw Ref Nr 56682209aa, Qty 4 Ea, Delivery Fob Origin. 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 The Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Sush As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted And Preferred. 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.
Closing Date28 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Nsn 1r-1680-016053546-v2, Tdp Ver 001, Qty 12 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Sole Source Basis With Ametek Thermal Systems Inc (cage: 12536) For The Purchase Of The Following: Qty: 12 Purchase Of Nsn: 1rd 1680 016053546 V2 P/n: 60761-001-1 Item: Heat,exchanger There Are No Drawings/data Available. This Source Is The Original Equipment Manufacturer (oem) And The Only Known Source For Providing The Above Part. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase This Part From Additional Sources. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. The Government Intends To Solicit And Negotiate With Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Source Authority: 10 U.s.c. 2304(c)(1), As Supplemented By Far 6.302. Navsup Wss Intends On Awarding Sole Source To Oem, And That The Lack Of Response From Any Other Source Will Consider Them To Be Not Interested. Source Approval Statement Applies To This Nsn. The Approved Sources For This Material Are Listed Above And It Is Expected That Award Will Be Made To This Firm. Any Firm Which Is Not Already Approved To Manufacture This Material Must Submit A Source Approval Request, Sar. This Procurement Will Not Be Delayed To Wait For A Sar Approval. Naics Code: 336413 Fsc: 1680 The Government Intends To Acquire These Supplies Using The Provisions, Clauses And Procedures Prescribed In Far Part 13. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days Of This Synopsis Will Be Considered By The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. This Procurement Is Not A Total Small Business Set-aside. Electronic Procedures Will Be Used For This Solicitation. Rfp/solicitation Will Be Posted To Neco. No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. Anticipated Award Date Is May 2025. Interested Organizations May Submit Their Capabilities And Qualifications To Perform The Effort By Email At Jessica.p.laychock.civ@us.navy.mil.
Closing Date25 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Nsn 0r-5985-017091263-p8, Ref Nr Xka45-a00-01, Qty 1 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Sole Source Basis With Global Comms Exchange Llc (cage: 9cc98)for The Purchase Of The Following Item. Qty: 1, Spare Nsn: 0rh 5985 017091263 P8, P/n: Xka45-a00-01, Antenna Assembly. There Are No Drawings/data Available. This Source Is The Original Equipment Manufacturer (oem) And The Only Known Source For Providing Repair Support Of The Above Repair Part. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase This Part From Additional Sources. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. Source Approval Statement Applies To This Nsn. The Approved Sources For This Material Are Listed Above And It Is Expected That Award Will Be Made To This Firm. Any Firm Which Is Not Already Approved To Manufacture This Material Must Submit A Source Approval Request, Sar. This Procurement Will Not Be Delayed To Wait For A Sar Approval. Naics Code: 334220 Fsc: 5985 The Government Intends To Acquire These Supplies Using The Provisions, Clauses And Procedures Prescribed In Far Part 13. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa)) After Date Of Publication Of This Synopsis Will Be Considered By The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Electronic Procedures Will Be Used For This Solicitation. Rfp/solicitation Willbe Posted To Neco. No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. Anticipated Award Date Is April 2025. Interested Organizations May Submit Their Capabilities And Qualifications To Perform The Effort By Email At Dylan.e.payne.civ@us.navy.mil.
Closing Date25 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Sources Sought Seeking Feedback From Industry Professionals On Use Of Non-wheelabrator Brand Parts With Wheelabrator Brand Systems
Closing Date26 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n791.15|lrh|215-697-1073|carolyn.a.clark30.civ@us.navy.mil|
commercial Product Procurement Notice|5||||||
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|||||||||
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||
equal Opportunity (sep 2016)|2|||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (jan 2025))|83||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (jan 2025))|16|||||||||||||||||
offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3||||
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 (jan 2025)|12|336413|1250|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
evaluation--commercial Products And Commercial Services (nov 2021)|4|||||
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.
early And Incremental Deliveries Accepted And Preferred.
addendum To Far 52.212-4 Contract Terms And Conditions
commercial Items
applicable Only For P-8 Cat 1 & Cat 2 Items
in Addition To Paragraph (a), "inspection And Acceptance", Add The Following:
1. The Contractor Shall Provide Notification To The Government Of All Proposed Engineering Changes That Effect Components Managed Under This Contract. No Changes Shall Be Made Without Written Authorization From The Government For Any Change Which Will Or May
affect:
a) Interchangeability, Performance, Weight, Safety, Reliability, Service Life, Fit, Form, Function, And Maintainability; Or
b) Federal Aviation Administration (faa) Type Certification
c) Require Part Re-identification For Any Reason
2. The Change Notification Shall Include At A Minimum The Affected Parts Number(s) And A Required Approval Date In Order To Maintain Current Contractual Performance Requirements. The Contractor Shall Make Available To The Government Any Commercially Available
change Documentation Such As Service Bulletins Or Original Equipment Manufacturer Product Line Change Notifications.
\
Closing Date10 Apr 2025
Tender AmountRefer Documents
61-70 of 2123 active Tenders