Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Please See Attached Sources Sought Notice N32205-ss-n321-25-026.
DEPT OF THE NAVY USA Tender
Chemical Products
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Water Testing Service Contract, Naval Station Newport, Newport, Ri
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Waterfront Architect-engineering Idiq
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Contact Information|4|n774.12|gre|717-605-2464|charles.t.miller7.civ@us.navy.mil|
item Unique Identification And Valuation (mar 2022)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (dec 2018)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|tbd|tbd|||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(deviation 2020-o0019) (mar 2022))|3||||
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3||||
buy American-balance Of Payments Program Certificate-basic (nov 2014)|1||
annual Representations And Certifications (may 2022)|13|332919|750|x|x||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
extend The Solicitaiton.
1) This Is A Competitive Procurement. All Quotes That Want To Be Consider For Award, Must Submit Their Quote On Or Before The Solicitation Close Date. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Supplier. Award Of The Proposed
contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization..
2) This Is A Fms Buy. Only A Firm-fixed Price (ffp) Will Be Accepted For The Subject Item.
3) The Government Will Issue An Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And A Non-price Factor. The Following Factors Will Be Used To Evaluate
quotations: A. Price.
b. Past Performance. The Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications
between Contracting Parties, Proactive Management, And Customer Satisfaction.
c. Supplier Performance Risk As Described In Dfars 252.204-7024.
4) Since The Government Intends To Award Without Discussion, Any Exceptions To The Requirements Of This Solicitation Should Be Raised Prior To Submission Of An Offer.
5) Faxed Offers Will Not Be Accepted.
6) Requirements: Source Inspection, Fob Source, Iuid, Cyber Provision & Clause (dfars 252.204-7008 & 252.204-7012). Notice Of Nist Sp 800-171 Dod Assessment Requirements Provision & Clause (dfars 252.204-7019 & 252.204-7020)-does Not Apply To Quote Less Than Or
equal To (=/;) $10k, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Provision & Clause (far 52.204-24 & 52.204-25).
7) Electronic Submission Of An Offer Shall Be Accomplished By Attaching Your Offer To An Email Directed To Charles.t.miller7.civ@us.navy.mil.
8) Must Adhere To Iuid Requirements Of Dfars 252.211-7003
9) The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
10) Quotes, Representations, And Any Necessary Certification Under Dfars 252.225-7020 Shall Be Emailed To:
a. Charles.t.miller7.civ@us.navy.mil
11) Your Quote Should Include The Following Information:
i. Buy Price And Lead Time.
ii. Inspection & Acceptance Cage, If Not At Source.
iii. Facility/subcontractor Or Packaging Facility Cage (where The Asset Will Be Shipped From), If Not At Source.
iv. Basis Of Quote Pricing:
1. Estimated Costs, Or
2. Historical Procurement Price
v. Cost Breakdown, Including Profit Rate (if Feasible).
vi. Quote Expiration Date (90 Days Is Requested).
\
1. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Supplier. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
2. This Is A Fms Buy. Only A Firm-fixed Price (ffp) Will Be Accepted For The Subject Item.
3. Your Quote Should Include The Following Information:
- A New Unit Price And Lead Time.
- Inspection & Acceptance Cage, If Not At Source.
- Facility/subcontractor Or Packaging Facility Cage (where The Asset Will Be Shipped From), If Not At Source.
- Cost Breakdown, Including Profit Rate (if Feasible).
- Quote Expiration Date (90 Days Is Requested).
- Delivery Vehicle (if Delivery Order Requested)
4. Award Will Be Made To The Responsible Vendor Whose Quote, Conforming To The Rfq, Will Be Most Advantageous To The Government On The Basis Of Price, Technical Capability, Delivery, And Past Performance.
5. Since The Government Intends To Award Without Discussion, Any Exceptions To The Requirements Of This Solicitation Should Be Raised Prior To Submission Of An Offer.
6. Faxed Offers Will Not Be Accepted.
7. Requirements: Source Inspection, Fob Source, Iuid, Cyber Provision & Clause (dfars 252.204-7008 & 252.204-7012). Notice Of Nist Sp 800-171 Dod Assessment Requirements Provision & Clause (dfars 252.204-7019 & 252.204-7020)-does Not Apply To Quote Less Than Or
equal To (=/;) $10k, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Provision & Clause (far 52.204-24 & 52.204-25).
8. Electronic Submission Of An Offer Shall Be Accomplished By Attaching Your Offer To An Email Directed To Charles.t.miller7.civ@us.navy.mil.
9. Must Adhere To Iuid Requirements Of Dfars 252.211-7003.
10. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
11. Quotes, Representations, And Any Necessary Certification Under Dfars 252.225-7020 Shall Be Emailed To:
- Charles.t.miller7.civ@us.navy.mil
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,butterfly .
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,butterfly Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;07482 L22163p05
59364 74d59-4;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
fms Delivery And Shipping Instructions|3|||x|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|source|tbd|n00383|tbd|tbd|see Schedule|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitation Of Liability--high-value Items (feb 1997)|1||
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||do-a1a|
this Rfp Is For A Spares Buy. The Small Business Administration Representativeat Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement.
this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal
constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification.
\
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Contact Information|4|taylor Fasching, N741.9|gd0|see Email|taylor.m.fasching.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 Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
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|336611|1,250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To Update The Following:
the Closing Date For Quotes Is Hereby Extended To 31 January 2024.
all Other Terms And Conditions Remain The Same.
the Purpose Of This Amendment Is To Update The Following:
the Closing Date For The Request For Quotes Is Hereby Extended To Close On
23 January 2025.
all Other Terms And Condtions Remain The Same.
this Is A Ffp Unit Procurement Price To Acquire 3 Each Accumulator,hydraul,nsn 7hh 2090 016053873. This Is The Only Nsn Authorized For Procurement Against This Procurement Order.
the Period Of Performance Is 180 Days From The Date Of This Order. The Vendorwill Make Every Effort To Deliver Prior To The Established Delivery Date Ofthis Order At No Cost Or Liability To Either Party. Early And Incrementaldeliveries Are Authorized.
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 Following Applies To This Purchase Order:
dcma Must Provide Inspection And Acceptance Of All Unit(s) Under This Contract Prior To Shipment. Failure To Ensure Dcma Inspection And Acceptance Occurs Prior To Shipment Will Prevent Or Delay Payment.
contractor Poc Name: ________________
phone Number: _______________
email: _______________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Accumulator,hydraul .
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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order,
however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
drawing Data=h642-6930a01 |53711| B|er |d|0001 | B|49998|0050529
drawing Data=h642-6930a03 |53711| A|er |d|0001 | A|49998|0044381
drawing Data=h642-6930a03 |53711| A|er |d|0002 | A|49998|0045278
drawing Data=h642-6930a03 |53711| A|er |d|0003 | A|49998|0042116
drawing Data=h642-6930a03 |53711| A|er |d|0004 | A|49998|0040426
drawing Data=h642-6930a04 |53711| A|er |d|0001 | A|49998|0044478
drawing Data=h642-6930a04 |53711| A|er |d|0002 | A|49998|0020567
drawing Data=h642-6930a04 |53711| A|er |d|0003 | A|49998|0049284
drawing Data=h642-6930a04 |53711| A|er |d|0004 | A|49998|0069925
drawing Data=h642-6930a04 |53711| A|er |d|0005 | A|49998|0045466
drawing Data=h642-6930a04 |53711| A|er |d|0006 | A|49998|0043169
drawing Data=h642-6930a06 |53711| A|er |d|0001 | A|49998|0044793
drawing Data=h642-6930a06 |53711| A|er |d|0002 | A|49998|0018307
drawing Data=h642-6930a06 |53711| A|er |d|0003 | A|49998|0049122
drawing Data=h642-6930a06 |53711| A|er |d|0004 | A|49998|0068094
drawing Data=h642-6930a06 |53711| A|er |d|0005 | A|49998|0045471
drawing Data=h642-6930a06 |53711| A|er |d|0006 | A|49998|0044247
drawing Data=h642-6930a06 |53711| A|er |d|0007 | A|49998|0106199
drawing Data=h642-6930a08 |53711| A|er |d|0001 | A|49998|0046508
drawing Data=h642-6930a08 |53711| A|er |d|0001.1 | A|49998|0031027
drawing Data=h642-6930a08 |53711| A|er |d|0001.2 | A|49998|0017479
drawing Data=h642-6930a08 |53711| A|er |d|0002 | A|49998|0034913
drawing Data=h642-6930a08 |53711| A|er |d|0003 | A|49998|0068147
drawing Data=h642-6930a08 |53711| A|er |d|0004 | A|49998|0062975
drawing Data=h642-6930a08 |53711| A|er |d|0005 | A|49998|0068255
drawing Data=h642-6930a08 |53711| A|er |d|0006 | A|49998|0043658
drawing Data=h642-6930a08 |53711| A|er |d|0007 | A|49998|0044536
drawing Data=h642-6930a08 |53711| A|er |d|0008 | A|49998|0111058
drawing Data=h642-6930a09 |53711| C|er |d|0001 | C|49998|1005340
drawing Data=h642-6930a11 |53711| A|er |d|0001 | A|49998|0258692
drawing Data=h642-6930a13 |53711| A|er |d|0001 | A|49998|0163937
drawing Data=h642-6930a18 |53711| A|er |d|0001 | A|49998|0147308
drawing Data=h642-6930a20 |53711| A|er |d|0001 | A|49998|0046587
drawing Data=h642-6930a22 |53711| A|er |d|0001 | A|49998|0863142
drawing Data=h642-6930a23 |53711| B|er |d|0001 | B|49998|0610397
drawing Data=h642-6930a24 |53711| B|er |d|0001 | B|49998|0838277
drawing Data=h642-6930a25 |53711| A|er |d|0001 | A|49998|0196702
drawing Data=h642-6930a30 |53711| B|er |d|0001 | B|49998|0600504
drawing Data=h642-6930a31 |53711| B|er |d|0001 | B|49998|1076755
drawing Data=h642-6930a32 |53711| D|er |d|0001 | D|49998|0768038
drawing Data=h642-6930a35 |53711| B|er |d|0001 | B|49998|0305215
drawing Data=h642-6930a46 |53711| B|er |d|0001 | B|49998|0247917
drawing Data=h642-6930a47 |53711| A|er |d|0001 | A|49998|0079102
drawing Data=h642-6930a48 |53711| A|er |d|0001 | A|49998|0491967
drawing Data=h642-6930a50 |53711| A|er |d|0001 | A|49998|0310238
drawing Data=h642-6930a52 |53711| A|er |d|0001 | A|49998|0288640
drawing Data=h642-6930a54 |53711| A|er |d|0001 | A|49998|0307491
drawing Data=h642-6930a57 |53711| A|er |d|0001 | A|49998|0511216
drawing Data=h642-6930a59 |53711| B|er |d|0001 | B|49998|0592811
drawing Data=h642-6930a60 |53711| A|er |d|0001 | A|49998|1584349
drawing Data=h642-6930a63 |53711| B|er |d|0001 | B|49998|0630801
drawing Data=nswcpd-0062-16 |53711| -|lr |d|0001 | -|49998|0010596
drawing Data=6985454 |53711| A| |d|0000.a | A|49998|0043734
drawing Data=6985454 |53711| A| |d|0001 | A|49998|0073109
drawing Data=6985454 |53711| A| |d|0002 | A|49998|0034850
drawing Data=6985454 |53711| A| |d|0003 | A|49998|0010505
drawing Data=6985454 |53711| A| |d|0004 | A|49998|0012762
drawing Data=6985454 |53711| A| |d|0005 | A|49998|0024340
drawing Data=6985454 |53711| A| |d|0006.1 | A|49998|0064372
drawing Data=6985454 |53711| A| |d|0006.2 | A|49998|0062132
drawing Data=6985454 |53711| A| |d|0006.3 | A|49998|0066946
drawing Data=6985454 |53711| A| |d|0006.4 | A|49998|0061943
drawing Data=6985454 |53711| A| |d|0006.5 | A|49998|0064078
drawing Data=6985454 |53711| A| |d|0006.6 | A|49998|0065658
drawing Data=6985454 |53711| A| |d|0007.1 | A|49998|0024644
drawing Data=6985454 |53711| A| |d|0007.10 | A|49998|0024588
drawing Data=6985454 |53711| A| |d|0007.2 | A|49998|0043696
drawing Data=6985454 |53711| A| |d|0007.3 | A|49998|0038697
drawing Data=6985454 |53711| A| |d|0007.4 | A|49998|0036692
drawing Data=6985454 |53711| A| |d|0007.5 | A|49998|0036530
drawing Data=6985454 |53711| A| |d|0007.6 | A|49998|0044503
drawing Data=6985454 |53711| A| |d|0007.7 | A|49998|0037445
drawing Data=6985454 |53711| A| |d|0007.8 | A|49998|0041632
drawing Data=6985454 |53711| A| |d|0007.9 | A|49998|0040265
drawing Data=6985454 |53711| A| |d|0008 | A|49998|0083977
drawing Data=6985454 |53711| A| |d|0009 | A|49998|0062070
drawing Data=6985454 |53711| A| |d|0010 | A|49998|0059631
drawing Data=6985454 |53711| A| |d|0011 | A|49998|0116678
drawing Data=6985454 |53711| A| |d|0012 | A|49998|0102707
drawing Data=6985454 |53711| A| |d|0013 | A|49998|0142455
drawing Data=6985454 |53711| A| |d|0014 | A|49998|0109788
drawing Data=6985454 |53711| A| |d|0015 | A|49998|0114225
drawing Data=6985454 |53711| A| |d|0016 | A|49998|0113091
document Ref Data=mil-std-129 | | |p |041029|a| |03|
document Ref Data=iso9001 | | | |010417|a| | |
document Ref Data=mil-std-973 | | | |950113|a| |03|
3. Requirements
3.1 Cage Code/reference Number Items - The Accumulator,hydraul Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;53711 556-6985454-b1;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-129; .
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until
another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted,
the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor.
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 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001.
4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To
mil-i-45208 Are Granted Permission To Utilize This If Desired.;
4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During
the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
DEPT OF THE NAVY USA Tender
Scraps
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
Email Questions To: Nareerath.w.lee.civ@us.navy.mil competitive. fleet Logistics Center Puget Sound Will Be Soliciting For Tumble Bolt Nut In Accordance With Solicitation Specifications. this Acquisition Will Be Negotiated On A Small Business Set A Side. 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 21 January 2025 With Proposals Due By 28 January 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.
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Procurement, Upgrade, And Calibration Of Air Data Test Set (adts)
DEPT OF THE NAVY USA Tender
Electrical Generators And Transformers...+2Machinery and Tools, Electrical and Electronics
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Usns Lenthall Distilling Plant Plate Parts
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Updated Solicitation Amendment **note – Clause 52.2347-1 Site Visit Has Been Added. a Site Visit For The Metal Shed Disposal Is Now Scheduled For Wednesday, January 22, 2025 At 9:00am On Joint Base Pearl Harbor Hickam. all Interested Parties For The Site Visit Must Email Name And Contact Information To Both The Primary And Secondary Points Of Contact By Friday, January 17, 2025 At 9:00am. see Attachments Section For Vendor Q&a. quote Due Date Has Been Changed To 1/29/2025 At 12:00pm. ---------- pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (phnsy & Imf) Is A Us Navy Regional Industrial Center That Maintains, Overhauls And Repairs Various Vessels Of The Us Navy. Its Industrial Operations Provide The Us Naval Forces With A Wide Range Of Services And Resources Located On The Island Of Oahu, Hawaii, With Direct And Indirect Support To Submarines, Surface Vessels And Shore Based Activities In The Pacific. phnsy & Imf Seeks A Contractor That Is Qualified To Perform The Dismantling And Packaging Of A 20’ X 26’ X 11’4” High Metal Storage Shed. The Schedule Of The Dismantling And Packaging Of The Metal Shed Shall Be Determined By The Government Representative And Coordinated With The Contractor. Additional Details And Specifications Can Be Found In The Attached Performance Work Statement (pws). the Period Of Performance For This Service Is 3/3/2025 To 3/28/2025. the Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 238910; The Size Standard For This Naics Is $19 Million. Product Service Code Is P500 Salvage – Demolition Of Structures / Facilities (other Than Buildings). please Note The Following: the Solicitation Number For This Requirement Is N32253-25-q-0008. quotes Are Due No Later Than Wednesday, 1/29/2025 At 12:00 Pm Hst. quotes Must Be Sent Via Email To Both The Primary And Secondary Points Of Contact. all Firms Or Individuals Responding Must Be Registered With The System For Award Management (sam) (https://www.sam.gov) By The Award Date. The Solicitation Document And Incorporated Provisions And Clauses Will Be Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dfars 12/18/2024, And Nmcars 18-22. in Order To Evaluate Technical Capability, The Offeror Is Required To Submit A Detailed Written Technical Proposal (not To Exceed 3 Pages) That Clearly Demonstrates Thorough Knowledge And Understanding Of, And Approach To, Accomplishing Each Paragraph Listed In The Pws And Solicitation Requirements. Non-conformance Will Deem An Offeror Ineligible. all Quotation Submissions Need To Include Completion Of Far 52.204-24, 52.204-26, And 52.212-3. the Offeror Shall Submit All Pages Of The Sf 1449 With Blocks 17a.and 30a.-30c. (sf 1449 Page 1) And Clin Information (0001- Sf 1449 Pages 3) Completed…submission Of A Signed Offer To The Government Constitutes Agreement And Acceptance Of The Solicited Terms And Conditions. the Government May Revise The Solicitation At Any Time By Means Of An Amendment. It Is An Offeror’s Responsibility To Ensure It Is Accessing The Government Point Of Entry (gpe) Website, Https://sam.gov/, To View Potential Amendments And Procurement Notifications For This Solicitation. submit An Itemized Breakdown Of Price Quote That Clearly And Concisely Describes And Defines The Contractor’s Response To The Requirements Contained In The Solicitation. If Required, Travel Costs Including Airfare, Lodging, Rental Car, Per Diem, Shall Be Included. Travel Shall Be In Accordance With Current Department Of Defense (dod) Joint Travel Regulations And Federal Acquisition Regulations (far) 31.204-46. Travel Receipts Shall Be, Provided Upon Request. contract Award Will Be In Accordance To 52.212-2 As Stated In The Solicitation. all Questions Regarding Solicitation N32253-25-q-0008 Shall Be Submitted In Writing Via Email To The Listed Pocs. Questions Are Due 1/23/2025 11:00am Hst.
2231-2240 of 2351 archived Tenders