Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Nsn 7h-6130-015252167, Tdp Ver 017, Iaw Ref Nr G743800-1, Qty 86 Ea, Delivery Fob Origin. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase / Contract Repair Of This Part From Additional Sources. It Has Been Determined To Be Uneconomical To Buy The Data Or Rights To The Data. It Is Uneconomical To Reverse Engineer The Part. All Firms Should Include Their Cage Code On Solicitation Requests. 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. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. 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 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. 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 Date3 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Software and IT Solutions...+1Aerospace and Defence
United States
The Naval Air Warfare Center, Weapons Division, China Lake, Ca Intends To Procure On An Other Than Full And Open Competition Basis The Following:
cat. #: Wx-r643 Gcis Upgrade For Axis Supra
cat. #: Wx-663 Stub Air Sensitive Transporter
installation & Training
this Requirement Is Sole Sourced To Kratos Analytical Inc. 404 East Route 59 Nanuet, Ny 10954. These Upgrades/add-ons Are Specific To The Kratos Axis Supra+ Model Currently In Use, And No Other Gcis/ Air Sensitive Transport Chamber Will Work With The Existing Hardware And Software.
this Notice Of Intent Is Not A Request For Competitive Proposals; However, Any Form Believing It Can Fulfill The Requirement Identified Above May Respond By Email To Andrea Farrell At Andrea.m.farrell7.civ@us.navy.mil, No Later Than 5 Days After The Date Of Publication Of This Notice, Which Shall Be Considered By The Agency. The Written Response Shall Reference Solicitation Number N6893625q5005 And Provide A Capability Statement That Clearly Indicates The Firm's Experience, Assets, Background, And Ability To Perform The Required Work Without Compromising The Quality, Accuracy, Reliability, And Schedule.
going Forward, All New Entities Registering In Gsa's System For Award Management (sam), As Well As Existing Registrations Being Updated Or Renewed, Will Require The Submission Of An Original, Signed Notarized Letter Identifying The Authorized Entity Administrator For The Entity Associated With The Data Universal Numbering System (duns) Number Before The Registration Will Be Activated. It Is Recommended That All Interested Parties Be Aware That Processing This Additional Information May Take Several Days And Are Proactive In Maintaining The Sam Registrations In An 'active' Status As The Government Cannot Award To An Entity Without An 'active' Sam Registration. More Information Can Be Found At Www.gsa.gov/samupdate.
contractors Must Be Certified Through Defense Logistics Information Services (dlis) In Order To Access Controlled Unclassified Information Within Contract Opportunities. See The Dlis Website For Registration Details: Https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
Closing Date3 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Usns William Mclean Motor Pedestal Bearings
Closing Date3 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Cable Assembly, Special Purpose
Closing Date3 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n711.10|ga3|717-605-1318|jordan.d.burt.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|combo |n/a|tbd|n00104|tbd|tbd|w25g1u|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (jan 2023)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (feb2024))|11||||||||||||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (feb 2024)|13|334511|1,350||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
the Purpose Of This Amendment Is To Notate An Increase In Qty For Solicitation# N00104-24-q-ud89 From 600 To 2,144 (a +1,544 Unit Increase).
offer Due Date Is Hereby Extended To 04 Feb 2025.
all Other Terms And Conditions Remain Unchanged.
1. When Submitting Quotes, Make Sure You Specify Any Exceptions, I.e. Mil-stdpackaging, Mil-std Labeling, Inspection And Acceptance Locations, Packaginghouses, Surplus Material, Etc. If No Exceptions Are Indicated Or Received,award Will Be Based Upon Solicitation
requirements. Changes Or Requests Forchanges After Award Will Have Consideration Costs Deducted From Unit Price.
2. If Supplies Will Be Packaged At A Location Different From The Offeroraddress, The Offeror Shall Provide The Name, Street Address And Cage Code Ofthe Packaging Facility.
3. Please Do Not Include Shipping Costs. Shipping/tranportation Assitance Will Be In Accordance With Wsstermfz02.
4. If You Are Not The Manufacturer Of The Material You Are Offering, You Muststate Who The Manufacturer Is (name & Cage Code) And Be Able To Providetraceability Information If Requested. Examples Of Traceability Documentationinclude But Are Not Limited To The
following: Purchase Order/invoice Betweenyou And The Manufacturer Identifying The Part Number, Revision Level Andquantities & Manufacturer's Packing Slip Or Certification Identifying The Partnumber, Revision Level And Quantities.
5. Source Inspection Is Required For This Item. Please Provide Any Additionalcosts Associated With Source Inspection Into Your Unit Price.
6. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To This Procurement Are Consideredto Be "issued" By The Government When Copies Are Either Deposited In The Mail,transmitted By Fax, Or Sent By
other Electronic Commerce Methods, Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutesbilateral Agreement To "issue" Contractual Documents As Detailed Herein.
7. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Tile,rubber .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254).
The Classified Documents And Security Level Are: ;secret;
document Ref Data=mil-std-129 | | |p |041029|a| |03|
document Ref Data=mil-std-130 | | |n |121116|a| | |
document Ref Data=iso 9001 | | | | |a| | |
document Ref Data=iso 9002 | | | | |a| | |
document Ref Data=mil-i-45208 | | |a |961001|a|2 | |
3. Requirements
3.1 ;the Tile, Type 3r, Half Round, 4.5 Inch, "paint Not Required", Radar Absorbing Material (ram), Part Number 7338390-2, Design Control Activity Cagec: 34008, Furnished Under This Contract/purchase Order Shall Be Iaw With Dwg 7338390, Material
specification, 7538395, Rev B, And Phs&t 7538398.
these Drawings And Material Specifications Are Not Furnished As Part Of This Solicitation. The Prior Approved Sources Already Have These Drawings And Specifications In Their Possession.;
3.1.1 ;this Contract/purchase Order Serves As The Procurement Vehicle To Acquire Radar Absorbing Material (ram) In The Form Of Type 3r Materials For Installation On-board U.s. Navy Ships. The Design Of The Ram Material Is A Navy Design And Will Not Be
allowed To Be Sold, Marketed Or In Any Way Transferred To Other Commercial Or Government Sources Without Written Consent Of Naval Sea Systems Command (navsea 05t1). All Materials Manufactured For This Contract/purchase Order Will Be Manufactured In Accordance
with The Material Specification Type 3r (unclassified And Classified), Document Number 7538395. Additionally, Materials Will Need To Be Manufactured Iaw Their Respective Drawings.
type 3r Materials Will Be Installed On U.s. Navy Ships. During This Time, The Material Will Be Exposed To A Shipboard Environment That Will Include Significant Fluctuations In Humidity And Temperature, The Corrosive Effects Of Salt Spray And The Damage Caused
by Uv Exposure.;
3.2 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.
3.3 ;the Contractor Shall Manufacture All Type 3r Material To Meet All The Requirements In The Material Specification Type 3r (unclassified And Classified). In The Event That There Is A Conflict Between The Text Of This Contract/purchase Order And The
refernces And/or Drawings Cited Herein, The Material Specification Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.;
3.4 ;assignment Of Serial Numbers - All Materials Will Be Assigned A Sequential Serial Number At The Completion Of The Fabrication Phase. The Assignment Shall Be Done Prior To Performing Any Electrical Testing Or Other Type Of Testing. If The Contractor
observes Any Obvious Cosmetic Problems, They Have The Option To Remove The Material Prior To Performing Either Environmental Or Electrical Testing, But This Material Shall Still Receive A Serial Number. The Contractor Shall Be Required To Submit A Report
listing The Serial Numbers Of The Materials, Method Of Failure And The Certification Of Destruction Iaw Contract Data Requirements List (cdrl), Di-s-30591, Every Six (6) Months.;
3.5 ;assignment Of Lot Numbers - Lot Size Is Defined As 1000 Type 3r Tiles, Plus Twenty (20), Ordered On A Given Task Order. Lot Numbers Shall Be Associated With Each Item.;
3.6 ;post-production - When The Government Takes Delivery Of The Material, All Requirements Must Be Met.;
3.7 ;ecps, Waivers And Deviations - (far 46.102/46/407): All Critical, Major And Minor Waivers And Deviations Will Be Written On Dd 1694 Forms. The Request Will Be Submitted For Review And Approval/disapproval By Phd Nswc.;
3.8 ;production Lot Test Procedures Are Required As Specified In The Contract Data Requirements List (cdrl) Di-ndti-80603.;
3.8.1 ;the Production Lot Test Procedure Shall Be Submitted And Approved By Phd Nswc, S13 Prior To Commencing Production.;
3.9 ;special Test Equipment: Special Test Equipment Is Required Per The Material Specification (7538395) And Is Not Furnished By The Government.;
3.10 ;special Marking, Packaging And Serial Number Requirements: Special Marking, Packaging And Serialization Are Required By The Pcms, Packaging, Handling, Storage And Transportation Instruction (phs&t), Drawing No. 7538398 And Navsea Drawing Number
7338390.;
3.11 ;security Form Dd 254 (far 53.204-1a): Classified Testing Is Required Per The Material Specification. This Material Requires Strict Accountability, Any Loss Of This Material That Can Not Be Reconciled Shall Be Reported To Phd Nswc, Code S13. Reasonable
operational Security Will Be Taken To Ensure That Only Authorized Personnel Are Allowed Access To This Material And Data. Only U.s. Citzens Are Authorized To Accomplish And Partake In The Manufacture, Packaging, Handling, Storage And Transportation Of This
material.
in Addition A Non-disclosure Statement Must Be Signed, And Returned To The Pco Prior To Receiving Technical Data/specifications From The Isea.;
if The Contractor Changes Locations Of The Their Manufacturing Facility Or Goes Through Greater Than 50% Turnover In Personnel In Less Than 2 Months Time, The Government Has The Unilateral Right To Require Requalification Of The New Material And Manufacturing
process And No Delays To The Agreed Upon Delivery Schedule Will Be Permitted. If The Contractor Cannot Comply With These Requirements The Government Has The Right To Terminate The Contract For Default Pursuant To Far Clause 52.249-8.
3.12 Security Clearance Required - This Contract/purchase Order Requires The Contractor To Have A Government Security Clearance In Accordance With The Attached Contract Security Classification Specification (dd Form 254).
4. Quality Assurance
4.1 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.
4.2 ;production Lot - Production Lot Acceptance Testing: Suppliers Must Perform 100% Electrical Testing As Stated In The Material Specification (7538395). The Government Reserves The Right To Review And Audit The Suppliers Approved Written Production
procedures And Witness Any Production Testing So Stipulated In The Approved Written Procedures. After Each Acceptable Production Lot Run Of (2000 Ea. Plus 20), Suppliers Will Submit Test Specimen Samples (1% Of 2000 Ea.) And Electrical Test Data, In Accordance
with The Cdrls, As Specified Elsewhere In This Contract/purchase Order.
serial Numbers Of Each Tile Tested Shall Be Annotated On The Test Report.
sample Size Of 1% May Be Decreased To .25% After Completion Of The First Two (2) Production Lots At The Discretion Of The Government.;
type 3r Visual Inspection Procedure Shall Be Supplied By The Isea To The Successful Contractor At Time Of Award To Aid The Quality Assurance Department To Establish Visual Inspection/general Workmanship Criteria For The Type 3r Tiles. The Hard Copy Document
titled "type 3r Visual Inspection Procedure" Latest Revesion In Effect At Time Of Award Shall Be Utilized.
the Government Will Have A Completed Test Report Within 60 Days Of Receipt Of The Samples And Subsequent Electrical Test Report For Each Production Lot From The Contractor.
4.2.1 ;these Samples And Data Will Be Used For Compatibility Test Evaluation By Phd.
a Written Compatibility Test Report Will Be Submitted To The Procuring Contracting Officer (pco), By Phd. The Pco Will Communicate The Report Results To The Supplier, Notifying Them Of Its Findings.;
4.2.2 ;electrical Testing: The Contractor Shall Comply With All The Requirements Of The Material Specification Identified In Paragraph 2. Any Variance To The Procedures Identified In This Document Must Have Prior Written Approval From The Government.
additionally, The Contractor Must Comply With The Following Test Requirements:
Material Is To Be Tested Only One Time In The 0 And 90 Degree Orientation Or Parallel And Perpendicular Polarizations. If The Material Does Not Meet The Required Performance Levels Identified In The Material Specification, The Material Is To Be Set Aside
without Further Testing. During This Time The Contractor May Choose To Re-work Or Condition The Material. After Re-work Or Conditioning, The Contractor May Test The Material Again To See If It Is Now Within The Specification Requirements. If The Material
still Does Not Meet The Minimum Requirements Of The Electrical Specifications It Must Be Set Aside And Not Tested Further. The Last Set Of Test Results For This Tile Will Be Considered It's Final Test Result. The Contractor May Contact The Government To
discuss The Disposition Of The Material. This Testing Specifically Precludes Multiple (more Than 2 Test) To Try To Get The Material To Meet The Required Minimum Requirements.;
4.3 Production Lot Test/inspection Report - The Contractor Shall Prepare And Submit A Report In Accordance With The Contract Data Requirements List (dd Form 1423).
4.4 Production Lot Test Approval - Production Lot Test Approval Is Required Prior To Shipment Of The Production Lot.
4.5 ;iso 9001 Is Required To Be Maintained And Be Current, For The Purpose Of Maintaining Engineering Source Approval. Dcma's Only Need To Verify That The
iso 9001 Certificate Is Current.
approved Sources Must Provide A Pdf Copy Of Their Iso 9001 Certificate When Renewed Or Recertified, To The Appropriate Isea. ;
material Failure Adjudication: If The Material Is Found To Be Non-compliant With The Material Specification, The Contractor Shall Be Required To Conduct A Failure Analysis And Shall Take All Necessary Actions To Remediate The Failure At No Cost To The
government. Any Such Failure(s) Shall Be Replaced Or Reconditioned By The Contractor To Meet All Requirements Identified In The Material Specification At No Cost To The Government. The Government Has The Right To Retest The Replaced Or Reconditioned Matrerial
to Ensure Compliance With The Specification Before Accepting The Material In Question.
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.
5.2 ;the Marking Requirements For Both The Marking Of Materials (mil-std-130)
and The Outside Container Markings (mil-std-129) Should Be As Follows:
dom: Yy/mm/dd
inspect/test Date: Yy/mm;
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.
date Of First Submission=asreq
;block 16
block 5 - As Specified By Naval Sea Systems Command Drawing 7338390 And 7538395.
block 12 - Test Procedures Shall Be Submitted Nlt 30 Days After Contract Award.
Approval Or Reason For Disapproval Shall Be Given Nlt 30 Days After Received By Phd Nswc Code S13.
block 13 - Nlt 30 Days After Disapproval.
;
date Of First Submission=asreq
;block 16
block 5 - Test Reports Shall Be Iaw Naval Sea Systems Command Drawing 7338390 And 7538395.
block 12 - Test Report Shall Be Submitted Nlt 15 Days After Completion Of Testing Along With Test Samples To Phd Nswc Code S13.;
date Of First Submission=asreq
;block 12 - Contractor Shall Submit A Report Listing The Serial Numbers Of The Material, Method Of Failure And Certification Of Destruction Beginning Six (6) Months After The Start Of Production And Continuing At Six (6) Month Intervals.;
Closing Date4 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Chemical Products...+1Aerospace and Defence
United States
Nsn 7r-4820-013726151-ey, Tdp Ver 008, Qty 3 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Sole Source Basis With Cage 36334 (indal Technologies) For The Spare Of Item Below: Nomenclature Niin Part Number Valve Assembly,mani 013726151 6532e398-2 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: 332911 Psc: 4820 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 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 Procurement Is Not A Total Small Business Set-aside. No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. Interested Organizations May Submit Their Capabilities And Qualifications To Perform The Effort By Email Kyle Matsinger, Kyle.r.matsinger.civ@us.navy.mil. 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. 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. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate 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. 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 Date4 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
102-inch Tines For Doosan D120s-7 Forklift
Closing Date4 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Please See Attached For Synopsis Remarks And The List Of Nomenclatures, Nsns, Part Numbers, And Estimated Yearly Quantities.
Closing Date4 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Nsn 7r-1680-015855368-p8, Ref Nr 30210-1, Qty 1 Ea, Delivery Fob Origin. This Part Is A Commercial/nondevelopmental/off-the-shelf Item. Commercial Item Descriptions, Commercial Vendor Catalog Or Price Lists Or Commercial Manuals Assigned A Technical Manual Number Apply. 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/"the Proposed Contract Action Is For Supplies Or Services For Which Thegovernment Intends To Solicit And Negotiate With Current Approved Sources Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interestand Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive 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. Adetermination By The Government Not To Compete With This Proposed Contractbased Upon Responses To This Notice Is Solely Within The Discretion Of Thegovernment. Information Received Will Normally Be Considered Solely For Thepurpose Of Determining Whether To Conduct A Competitive Procurement.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 Thesolicitation. 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 Date4 Feb 2025
Tender AmountRefer Documents
2071-2080 of 2079 archived Tenders