Tenders of Dept Of The Navy Usa

Tenders of Dept Of The Navy Usa

DEPT OF THE NAVY USA Tender

Others
United States
Sole Source this Acquisition Will Be Negotiated On A Sole Source With The Edro Corporation, Per Far 6.302-1 Utilizing Far Parts 12 And 13, Commercial And Simplified Acquisition Procedure. respond To The Requirement Or Submit Proposals Prior To The Offer Due Date, Which Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. A Determination Not To Compete This Action Based Upon Responses Received To This Notice Is Solely Within The Discretion Of The Government. award Of Firm-fixed Price Supply Type Contract Is Anticipated. it Is Anticipated That The Solicitation Will Be Posted To The Sam.gov Website On Or About 22 January 2025 With Quotes Due On Or About 29 January 2025. prospective Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation From The Sam.gov Website And For Frequently Monitoring The Site For Any Amendments. The Government Is Not Responsible For Any Inability Of The Offeror To Access The Posted Documents.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Email Questions To: Nareerath.w.lee.civ@us.navy.mil competitive. fleet Logistics Center Puget Sound Will Be Soliciting For Hex Screw, Washer In Accordance With Solicitation Specifications. this Acquisition Will Be Negotiated On A Full And Open Competition. Interested Parties May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals Prior To Offer Due Date. A Determination To Compete This Action Based Upon Responses Received To This Notice Is Solely Within The Discretion Of The Government. terms Will Be Fob: Origin By Fact-sp (nolsc): To U.s. Naval Base Yokosuka Japan it Is Anticipated That The Solicitation Will Be Posted To The Sam.gov Website On Or About 1/17/2025 With Proposals Due By 1/29/2025. a Firm-fixed Price, Supply Type Contract Will Be Awarded In Accordance With Far Parts 12 And 13, Commercial And Simplified Acquisition Procedures. all Responsible Sources May Submit A Proposal Which Shall Be Considered By Flcps. This Solicitation And Any Subsequent Amendments Will Be Posted To The Sam.gov Website: Https://www.sam.gov. prospective Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation From This Website And For Frequently Monitoring That Site For Any Amendments. The Government Is Not Responsible For Any Inability Of The Offeror To Access The Posted Documents. no Telephone Or Fax Requests Will Be Accepted, And No Hard-copy Solicitation/amendment Will Be Mailed Or Faxed. emailed Completed Solicitations Are Acceptable.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Logistics And Administrative Support Services (amphibious Construction Battalion One (phibcb One).
Closing Date28 Jan 2025
Tender AmountUSD 257.6 K 
This is an estimated amount, exact amount may vary.

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Nsn 7h-6130-015117613, Tdp Ver 005, Ref Nr 7104335-9, Qty 19 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. 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 Requestdla Document 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 To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In The Solicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Date29 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n761.03|n00383|215-697-2530|jaclyn.dooling@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receive Report (combo)||n/a|n00383|n/a|n/a|n/a|n/a||||||||| 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|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|
Closing Date30 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Scraps
United States
Material: Estimated 8,900 Pounds Of Various Scrap Electrical Motors. The Buyer Is Invited To Inspect The Property Prior To Submitting A Bid By Calling 910-451-4214 To Schedule An Appointment. The Government Reserves The Right To Vary The Quantity Tendered Or Delivered To The Purchaser By 10 Percent, When The Property Is Sold By Weight. 1,instructions. All Bids Must Be Received By The Bid Deadline: January 30, 2025, At 2:00pm Est. Bids May Be Mailed/faxed/emailed/hand Delivered To: gf Department, Public Works Division Attn: Gary Denson, Fsc/landfill Section 1005 Michael Road mcb Camp Lejeune, Nc 28547 fax: 910-451-9935 email: Gary.j.denson@usmc.mil 2. Consideration Of Bids, Modifications, Or Withdrawls. The Government Reserves The Right To Reject Any And/or All Bids. Award Will Be Made To The Highest Responsive And Responsible Bidder. When Two Or More Highest Bids Are Equal In All Respects, Award Shall Be Made By Drawing, Limited To The Highest Equal Bids. The Drawing Shall Be Witnessed By At Least Two Persons. By Signing The Bid, The Buyer Guarantees Its Bid Price Until Material Is Removed. 3. Buyer Eligibilty. The Buyer Must Be A United States Citizen And Eligible To Obtain A Department Of State, Department Of Commerce, Or Office Of Foreign Assets Control Export License. The Buyer Is Required To Report Suspected Instances Involving Fraud And Abuse, Theft Or Violation Of The Arms Export Control Act, Illicit Diversion Of U.s. Export-controlled Technology, Or Other Violations Of U.s. Export Laws And Regulations Involving Dod Programs And Operations. 4. Dangerous Property Clause. Buyers Are Cautioned That Articles Or Substances Of A Dangerous Nature May Remain In The Property Regardless Of The Care Exercised To Remove Same. The Government Assumes No Liability For Damages To Property Of The Purchaser Or For Personal Injury, Disability Or Death Of The Buyer, Its Employees, Or To Any Other Person Arising From Or Affiliated With The Purchase, Use Or Dispositions Of This Material. The Buyer Shall Hold The Government Harmless From Any And All Such Demands, Suits, Actions, Or Claims Arising From Or Otherwise Relating To The Purchase Of This Material. 5. Deposit/payment. The Buyer Is Required To Make A 50% Deposit By Certified Or Company Check Made Payable To The U.s. Treasury Prior To Pick-up Of The Material. The Buyer Will Be Invoiced For The Remaining Balance After Deposit. All Billing Weights Will Be Based On The Qrp’s Base Scales Weight Tickets. Payment Must Be Made Within Fifteen (15) Days Upon Receipt Of The Invoice. Check Will Be Made To The U.s. Treasury And Fedex/ups To The Address Listed In The Bid Submission Form Or Hand Delivered To The Administrative Section In Bldg. 1005. Failure To Make Payment Will Result In Legal Action To Recover Invoiced Funds. 6. Location Of Property. Material Is Stored At The Camp Lejeune Recycling Facility Located On Piney Green Road, Mcb Camp Lejeune. The Material Can Be Delivered To The Successful Bidder Within A 75-mile Radius Or Can Be Picked Up At Bldg. 978 Piney Green Rd, Camp Lejeune, Nc, 28547. 7. Scheduled Pick-up. The Successful Bidder Is Required To Contact The Mcb Cam Lej-qrp Within 4 Business Days From Date Of Award To Arrange Payment Of Deposit And Subsequent Pick-up Of The Commodity. Collection Of The Commodity Will Occur Between 8:00am - 1:00pm, Monday - Thursday, Excluding Federal Holidays. 8. Bill Of Lading. Bill Of Lading Will Be Created At The Time Of Pick Up And Will Document The Quantity, In Pound, Removed From Mcb Camp Lejeune. A Copy Of The Bill Of Lading Will Be Retained By Mcb Camlej-qrp. 9. Transportation. The Buyer Shall Provide Trucks That Are Dot Approved. The Vehicles Shall Possess Control Devices To Prevent Spillage. The Buyer Shall Comply With Dot Containment Requirements For Transporting The Materials, Dot Vehicle And Weight Transportation Requirements, And Adhere To All Applicable Safety, Fire, Environment, And Osha Laws, Rules And Regulations. The Buyer Is Responsible For The Cleanup Of All Spillages Both On And Off The Installation. The Buyer Agrees To Provide Transportation Related To The Pick-up And/or Shipment Of The Recyclable Materials At No Charge To The Recycling Program And/or Government. The Successful Bidder Shall Weigh Transport Vehicle(s) Before Leaving Mcb Lej-qrp At The Landfill Scales, Building 982 Piney Green Road. The Weight Tickets (original) Shall Be Provided To Mcb Camlej-qrp For Inclusion Into Sales Records. 10. Securing The Load. Securing The Load Is The Sole Responsibility Of The Buyer Or His/her Agent. The Buyer Assumes Total Responsibility And Liability Of The Material Once They Are In The Buyer’s Possession And Shall Hold Harmless And Indemnify The United States And Mcb Camlej And Its Contracting Authority. 11. Termination Of The Agreement For Default. Mcb Cam Lej-qrp May Terminate This Agreement In Whole Or In Part For Failure Of The Successful Bidder To Perform Any Of Its Obligations Under The Agreement. a. Upon Default, Successful Bidder Shall Lose All Rights, Title, And Interest In The Property. If A Successful Bidder Removed Part Of A Commodity But Fails To Remove The Remainder Within The Time Specified For Removal, The Agreement Will Be Terminated For Default In Part And The Successful Bidder Will Not Be Entitled To A Refund Of Any Portion Of The Price Paid, Including Deposit, For Said Commodity. Successful Bidders Who Are Terminated For Default May Be Referred/recommended For Debarment From Purchasing Any Mcb Camlej-qrp Commodities. 12. Termination Of The Agreement For Convenience. Mcb Camlej-qrp May Terminate This Agreement In Whole Or In Part When It Is In Mcb Camlej-qrp’s Best Interest, By Providing Written Notice Of Such Termination To The Successful Bidder. In The Event The Agreement Is Terminated For The Convenience Of Mcb Camlej-qrp, The Successful Bidder’s Sole Remedy Will Be A Refund Of Any Portion Of The Price Paid For Commodities Not Received. 13. Damage To Government Property. Any Damage To Government Property During The Successful Bidder’s Removal Operations Is The Responsibility Of The Successful Bidder, If Deemed By The Manager, Mcb Camlej-qrp That The Successful Bidder Or His/her Agent Or Employee Was At Fault, Will Be Repaired At The Successful Bidder’s Expense, To Its Original State Or Reasonable Facsimile Thereof To The Satisfaction Of Mcb Camlej-qrp. 14. Agreement Disputes. All Agreement Disputes Will Be Resolved By The Mcb Camlej-qrp Manager. 15. Base Access. All Transportation Personnel Shall Obtain Access To The Installation By Obtaining A One-day Pass From The Base Pass And Identification Office. Driver Must Show A Valid Driver’s License, Registration And Proof Of Insurance. Important: Please See The Attached Link Regarding New Regulations For Base Access- Https://www.mcieast.marines.mil/cvo/ all Haulers Must Be Able To Comply With These Requirements In Order To Gain Access. At A Minimum, Haulers Must Have: a Real Id Is Highly Preferred, If Not, They Need To Possess 3 Forms Of Id: driver’s License passport twic Card ss Card birth Certificate additionally, Haulers Must Have Proper Registration And Insurance Information For Their Vehicles. 16. Environmental Consideration. Mcb Camlej-qrp Is Committed To Protecting The Environment. It Is The Responsibility Of This Agency, As Well As Potential Buyers, To Ensure That The Sale Of Hazardous Property, And The Ultimate End Use Of That Property, Is Performed In An Environmentally Compliant Manner. As Such, Prior To The Award Of Any Hazardous Item, Each High Bidder’s Premises May Be Subject To An On-site Inspection By A Government Representative.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Etirs Energy Storage Management
Closing Date30 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Nrl Notice Of Intent To Award A Sole Source Template 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 Calspan Of San Diego, Ca To Furnish: __x__ See Attached Schedule Of Supplies/services 1. Six-component Internal Balance (quantity: 1) 0.55-in Size, Tapered Connection maximum Normal Force = 50 Lb maximum Side Force = 25 Lb maximum Axial Force = 15 Lb maximum Pitching Moment = 150 In.-lb maximum Yaw Moment = 75 In-lb maximum Roll Moment = 25 In-lb 2. Sting (quantity: 1) 15-5 Precipitation Hardening Stainless Steel mating Interface To Back End Of Balance mating Interface To Model Positioning System (mps) Strut 17-in Long 3. Balance Case And Cradle pelican Case internal Wood Supports For Balance 4. On-site Installation integration To Existing Mps operational Check the North American Industry Classification System Code (naics) For This Requirement Is 334516 With The Size Standard Of 1000. The Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 6640. 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, N0017325q5926 On Your Correspondence And In The “subject” Line Of Your Email.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Contact Information|4|n741.6|gdh|n/a|tyreese.c.smith.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 And Receiving ||tbd|n00104|tbd|tbd|w25g1u|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332919|750 Emp|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| all Freight Is Fob Origin. any Resulting Contract Will Be In Accordance To The Terms And Conditions Of Thebasic Ordering Agreement #n0010424gz901 the Resultant Award Of This Buy Solicitation Will Be Issued Bilaterally, Requiring The Contractors 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:__________ \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,linear,direct . 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 Valve,linear,direct Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;78062 21349-001; 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. 3.4 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 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.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Electronics Equipment...+1Electrical and Electronics
United States
25-simacq-d30-0002 Ntds Cards
Closing Date30 Jan 2025
Tender AmountRefer Documents 
1661-1670 of 2137 archived Tenders