Tenders of Dept Of The Navy Usa

Tenders of Dept Of The Navy Usa

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Others
United States
Altera Quartus Developement Software
Closing Date3 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Usns Matthew Perry Lay Berth And Ship Repair
Closing Date4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Manpower Supply
United States
Portsmouth Naval Shipyard (pns) Requires Ten (10) Experienced, Skilled And Qualified Marine Shipfitter Personnel, Along With Two (2) On-site Supervisors And One (1) Program Manager, To Assist With The Execution Of 688 Class And 774 Class Submarine Overhaul, Modernization, And Repair Work. pre-solicitation Warning To Prepare All Prospective Offerors: Solicitation Shall Be Posted For No More Than 14 Days, Once Published, The Government Intends To Evaluate Proposals And Award Without Discussions. evaluation For This Contract, Management Of This Trade And Key Personnel Of This Trade Requirement Will Be Weighed Heavily On The Content In The Individuals Resumes. Resumes Must Demonstrate The Ability, Qualification And Experience Required For Their Designated Positions. Resume Limit Three (3) Pages. pricing Evaluation – Firm Fixed Price evaluation For This Contract, Pricing – Only - Fully Burden Rates For Each Labor Category. With Odc Break Out. period Of Performance And Level Of Effort (subject To Change Between This Notice And Solicitation) – the Period Of Performance Is 02 March 2025 To 27 September 2025. table 1 Represents An Estimate Of Man Days Needed, Straight Time (st) And Overtime (ot). trade pop Start pop End st Mds (excluding Holidays) ot Mds total Mds shipfitters (shop 11) 03/02/25 09/27/2025 145 73 174 table 1 table 2 Represents An Estimate Of Man Hours Needed, Straight Time (st) And Overtime (ot). personnel shift straight Time Hours overtime Hours shipfitters (5) first Shift 5,800 1,160 shipfitters (5) second Shift 5,800 1,160 supervisor (1) first Shift 1,160 580 supervisor (1) second Shift 1,160 580 program Manager n/a determined By Contractor table 2 the Contractor Shall Provide Fully Trained And Competent Personnel Necessary To Perform The Trade Outlined In The Performance Work Statement Pws, Place Of Performance Will Be Pns Kittery Maine. proposal Electronic Format Submission Requirements No Hardcopy. please Be Advised This Notice Is Issued In Accordance With Far 5.203(a) And Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Award A Contract. A Formal Solicitation Will Be Posted Electronically On System For Award Management (https://www.sam.gov) attached With This Pre-solicitation Notice Is The Pws. Please Be Advised The Pws Is In Draft Status And Is Subject To Revision Or Additional Work Items May Be Added Or Deleted (the Period Of Performance Is Also Subject To Change). formal Solicitation Is Anticipated To Be Posted Between 14 Days From This Special Notice.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
This Requirement Is To Acquire Vending Machines And Training On The Vending Machines Required By Navy Exchange Service Command (nexcom) Ships Stores Program. The Nexcom Ships Stores Program Is Designed To Provide The Stores On Navy Ships With The Quality Of Life Products For Sailors At Sea. The Vending Machines Will Store Food Drinks And Snacks Beverages, Supplements, Hygiene Products, Candy, Ships And Variation Of Other Snacks For Resale To The Crew. The Government Requires A Contractor To Furnish The Vending Machines And All Supplies, Parts, And Equipment For Them.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n711.17|cj8|717-605-1318|taylor.r.arroyo2.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|invoice And Receiving Report (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|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|335931|600|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| the Purpose Of This Amendment Is To Notate The Extension Of The Offer Due Date From 21 Jan 2025 To 04 Feb 2025. All Other Terms And Conditions Remainunchanged. the Purpose Of This Amendment Is To Clarify Required Quote Format Of Ffp (firm-fixed Price) Pricing. All Other Terms And Conditions Remain Unchanged. a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Taylor.r.arroyo2.civ@us.navy.mil. b. General Requirements: Mil-std Packaging, Government Source Inspection, Fob Source, Cav Reporting. c. This Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. d. Only A Firm-fixed (ffp), Not-to-exceed (nte) Or Estimated (est) Price For The Repair Of The Subject Item(s) Will Be Accepted. Quotes Limited To Test And Evaluation (t&e) Will Not Be Accepted. The Quoted Price Must Be For The Repairof The Item(s). e. Must Adhere To Iuid Requirements Of Dfars 252.211-7003 f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Repair Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization. g. The Government Is Requesting A Repair Turnaround Time (rtat) Of: ## ______ Days After Receipt Of Asset. Repair Turnaround Time (rtat) Definition: The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The f-condition Asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The fifth Regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In this Contract. please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25. throughput Constraint: Contractor Must Provide A Throughput Constraint For Eachnsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences: _____/month (contractor Is To Fill In #). A Throughput Of "0" (zero) Per Monthreflects No Throughput constraint. induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. h. Important Note: reconciliation Price Reduction: any Asset(s) For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late. However, Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If The contractor Does Not Meet The Required Rtat Due To Inexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. In Reference To The Above Important Note, The Contractor Provides The Followingprice Reduction Amount Per Unit/per Month The Contractor Does Not Meet The Rtat: $___________, Up To A Maximum Of: $__________. (vendor Is To Fill In Amount) i. Your Quote Must Include The Following Information For Justification Purposes: - Repair Unit Price ________________ - Total Price________________ - Repair Turnaround Time (rtat) _____________ Days - New Unit Price ______________ note: If You Are Not Quoting The Government's Requested Repair Turnaround Time (rtat) Or Sooner, You Must Provide Your Company's Capacity Constraints Below: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ - T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br/ber, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. - The T&e Fee (if Asset Is Determined Br/ber) Was Determined Based On: ____________________________________________________________________ ____________________________________________________________________ - Award To Cage:________ - Inspection & Acceptance Cage, If Not The Same As Award To Cage: _________ - Facility/subcontractor Cage (where The Asset Should Be Shipped To), If Not Same As Award To Cage. __________ - Facility/subcontractor Or Packaging Facility Cage (where The Asset Will Be Shipped From), If Not The Same As Award To Cage. ________ - Cost Breakdown Requested, Including Profit Rate (if Feasible). - Quote Expiration Date _______________________ (min Of 90 Days Is Requested). - Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Currentboa/idiq, For Example) Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ only A Firm-fixed Price (ffp) For The Repair Of The Subject Item(s) Will Be Accepted. Quotes Limited To Test And Evaluation (t&e) Will Not Be Accepted. The Quoted Price Must Be For The Repair Of The Item(s). please Consider The Following When Providing Price: include Repair Price With All Costs Associated With Receipt And Complete Repairof Material That May Be In Incomplete Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts, And Wear Damage. important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In Aprice Reduction. If A price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance.price Reductions Made Pursuant To This Section shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. in Reference To The Above Important Note, The Contractor Provides The Followingprice Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Tow Cable . 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 Tow Cable Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall Be performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor or Government Approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;3b3g2 K939060001 07mu1 K939060001; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 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. 6.2 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 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.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n791.12|lp1|2156976514|amelia.c.toften.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program - Basic (nov\23)|5|||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (nov 2023))|5|||||| buy American--balance Of Payments Program (nov 2014)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (mar 2023)|13|339113|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| this Amendment Is To Clarify The Evaluation Criteria, Open Discussions Between Those Offerors Who Have Already Submitted Proposals, And Set Cut Off Date For Final Proposal Revisions. In Addition, Clause Wsstermmz01 Is Hereby Removed From Solicitation n00383-24-q-t242. In Place Of This Clause, The Following Language Is Included: "the Government Intends To Make A Single Award To The Eligible, Responsible, Technically Acceptable And Responsible Offeror Whose Offer, Conforming To The Solicitation, Represents Best Value To The Government. The Offeror's Proposal Shall Be In The Form Prescribed By, And Shall Contain A Response To Each Of The Areas Identified In The Section L Solicitation Provision Entitled "submission Of Offers For Lowest Priced, Technically Acceptable Offers". Only Those Proposals Prepared In Accordance With The Solicitation Will Be E evaluated. Award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting Or Exceeding Administrative Costs, It Is In The Government?s Best Interest To Do So. The Government Will First Evaluate The Non-price Go/no Go Factors. The Non-price evaluation Factor Is Past Performance. The Non-price Factors Will Be Rated As Either Acceptable Or Unacceptable Based On The Solicitation Criteria. The Contractor Must Achieve An Acceptable Rating In Past Performance Or It Will Be Removed From Competition." final Proposal Revisions Will Be Permitted By Offerors And Are Required To Be Submitted By Tuesday, February 4, 2025 At 17:00 (5:00 Pm Est). the Purpose Of This Amendment Is To Update The Quantity From 3 Each To 27 Each. this Solicitation Will Be Using Competitive Procedures. This Requirement Will Bawarded To The Offeror With The Lowest Price Technically Acceptable (lpta)submitted Via Quote. the Closing Date For This Solicitation Is Listed On Page 1.the Quotes May Bee-mailed To The Below Address And Must Be Received On Or Before 2:00 Pm Est Ofthe Closing Date. offers Received After The Closing Date Are Considered To Be Late And Will Notbe Considered For Award. can Only Be Procured Only From Suppliers Who Provide Faa-certified Partswhichpossess A Faa Authorized Release Certificate, Faa Form 8130-3 Airworthyapproval Tag, From Certified Repair Stations Pursuant To 14 Cfrpart 14 . repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. the Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In The Subsequent Contract. required Rtat: 214 Days After Receipt Of Asset throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X/month (contractor Fill In #). A Throughput Of ##____ Per Month Reflects No Throughput Constraint. Induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. reconciliation: a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Inducted Under The Subsequent Contract. The Parties Have Agreed To A Price (shown On The Schedule Page) For Each Unit At The Negotiated Rtat. Such Prices Are Based on The Contractor Meeting The Rtat Requirements Described Within The Schedule Page. If The Contractor Does Not Meet The Applicable Rtat Requirement, Consideration Will Be Assessed And Subject To Negotiation. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When The Copies Are Either Deposited In The Mail, transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Sush As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;mag Aerospace Industries Inc; Drawing Number ( ;29780; ) ;3200-23; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.4 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: motor,pump,circulat ;3200-23; P/n, ;7rh 6640 016582514 P8; Nsn, ;available Repair Manuals, Drawings And Specifications Per P/n Requirements; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. motor,pump,circulat ;eci Defense Group Inc; Company Name , ;970 Progress Center Avenue Lawrenceville Ga 30043-4803; Address , ;4bj65; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
See Attached Rfp N3220525r4036 And It's Associated Document.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Contact Information|4|n713.30|hrb|717-605-1308|joshua.j.eshleman.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 Report||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| 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|333618|1500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. this Rfq Is For A Buy/new Manufacture. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor?s Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. government Source Inspection And Acceptance Are Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ Inspection & Acceptance Cage, If Not At Source:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example):__________ if You Are Not The Manufacturer Of The Material You Are Offering, You Must State Who The Manufacturer Is (name & Cage Code) And Be Able To Provide Traceability Information If Requested Prior To Receiving An Award. by Submitting A Quotation Or Offer, The Contractor Agrees That, When The Contractor Is Not The Manufacturer Of The Item, It Is Confirming That It Currently Has Or Will Obtain Before Award And Shall Retain Documented Evidence (supply Chain Traceability documentation) That The Item Is From The Approved Manufacturer And Conforms To The Technical Requirements. The Retention Period Is Five Years After Final Payment Under This Contract. at A Minimum, The Supply Chain Traceability Documentation For The Item Shall Include: Basic Item Description, Part Number And/or National Stock Number, Manufacturing Source, Manufacturing Sources Commercial And Government Entity (cage) Code, And Clear identification Of The Name And Location Of All Supply Chain Intermediaries Between The Manufacturer To The Contractor To Item(s) Acceptance By The Government. The Documentation Should Also Include, Where Available, The Manufacturer's Batch Identification For The time(s), Such As Date Codes Lot Codes, Or Serial Numbers As Date Codes Lot Codes, Or Serial Numbers. navsupwss Poc: Joshua.j.eshleman.civ@us.navy.mil \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Motor,alternating C . 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 Motor,alternating C Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;20019 5k182nk1582; 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 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 Date3 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
66--integrated Standby, In Repair/modification Of
Closing Date3 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Contact Information|4|n732.47|ftj|n/a|dana.l.scott14.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| desired And Required Time Of Delivery (june 1997)|29|all Items|all Units|90 Days Or Less Desired||||||||||||||||||||||||||| fms Delivery And Shipping Instructions|3|x|fms Case: De-p-jbm - A Transportation Accounting Code For This Case Does Not Apply. |n52212.km Kyle Moffatt Kyle.r.moffatt.civ@us.navy.mil| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo Type)||tbd|n00383|tbd|source|dde005|source|ddek00||||||suppadd: Da5jbm|| note For Contractor/administrative Contracting Officer|4||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| 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|334412|750||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||do-a1a| please Submit Proposal Via Email To Dana.l.scott14.civ@us.navy.mil By The due Date Specified On Page 1, Block 10. navsup Intends To Award This Within The T&cs Of Boa N0038320gxf01. this Is A Sole Source Requirement the Government Physically Does Not Have In Its Possession Sufficient, accurate, Or Legible Data To Contract Purchase With Other Than The Current source. these Items Require Government Source Approval Prior To Award. If You Are Not an Approved Source, You Must Submit, Together With Your Proposal, The information Detailed In The Navsup Wss Source Approval Brochure Which Can Be obtained On The Internet At https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps . offers Received Which Fail To Provide All Data Required By The Source Approval brochure Will Not Be Considered For Award Under This Solicitation for Information Or Questions Regarding This Notice, Please Contact Dana Scott at The Email Address: Dana.l.scott14.civ@us.navy.mil All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are considered To Be "issued" By The Government When Copies Are Either Deposited in The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce methods, Such As Email. The Government's Acceptance Of The Contractor's proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As detailed Herein. \
Closing Date3 Feb 2025
Tender AmountRefer Documents 
2251-2260 of 2349 archived Tenders