Tenders of Dept Of The Navy Usa

Tenders of Dept Of The Navy Usa

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
49--bearing Monitor Pan, In Repair/modification Of
Closing Date21 Jan 2025
Tender AmountUSD 257.2 K 
This is an estimated amount, exact amount may vary.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Nsn 7r-1680-015855368-p8, Ref Nr 30210-1, Qty 1 Ea, Delivery Fob Origin. This Part Is A Commercial/nondevelopmental/off-the-shelf Item. Commercial Item Descriptions, Commercial Vendor Catalog Or Price Lists Or Commercial Manuals Assigned A Technical Manual Number Apply. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss)source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/"the Proposed Contract Action Is For Supplies Or Services For Which Thegovernment Intends To Solicit And Negotiate With Current Approved Sources Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interestand Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) After Date Of Publication Of This Synopsis Will Be Considered By The Government. Adetermination By The Government Not To Compete With This Proposed Contractbased Upon Responses To This Notice Is Solely Within The Discretion Of Thegovernment. Information Received Will Normally Be Considered Solely For Thepurpose Of Determining Whether To Conduct A Competitive Procurement.one Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

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

Others
United States
Combined Synopsis/solicitation #: N0017825q6675 submitted By: Karen Major naics Code: 611430 fsc/psc Code: U008 anticipated Date To Be Published In Sam.gov: 30 January 2025 anticipated Closing Date: 5 February 2025 contracts Poc Name: Karen Major telephone#: 540-742-8863 email Address: Karen.l.major7.civ@us.navy.mil code And Description: U0 – Education/training- Training/curriculum Development this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. synopsis/solicitation N0017825q6675 Is Issued As A Request For Quotation (rfq). The Synopsis/solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through The Federal Acquisition Regulation As Indicated In The Attached Sf1449. The Sf1449 Form Is Being Utilized To Generate The Applicable Clauses From The Standard Procurement System. this Requirement Is Not Eligible For Small Business Set-aside. material Must Be Taa Compliant. the Naval Surface Warfare Center, Dam Neck Division (nswcdd Dna) Intends To Award On A Sole Source Basis For The Following Products Manufactured By 3db Labs, Incorporated, Sceptre-trn35, Five-day On-site Sceptre Training, Qty. 2, Part Number Sceptre-10g-itar-mnt1, Sceptre Software Support And Maintenance, Pop 12 Months. 3db Labs, Incorporated Is Located In West Chester, Ohio The Offeror Shall Ensure They Can Provide The Requirements Listed In The Attached Statement Of Work (sow). the Required Software Is Specific To System Requirements Currently Fielded To Meet A Specific Objective. If This Training Is Not Received, The Sceptre Software Familiarization Offered By Nswcdd Dna To The Fleet Could Possibly Not Meet Mission Requirements. The Required Software Is Exclusive To 3db Labs, Incorporated please Include Shipping/freight Cost To Dam Neck, Va 23461. Simplified Acquisition Procedures (sap) Will Be Utilized For Award In Accordance With Far Part 13. The Order Shall Be Firm Fixed Price. all Responsible Offerors Must Submit, With Its Offer, The Representation Required In Paragraph (c) Of Far Solicitation Provision 52.212-3. Offerors Must Complete The Following Representations When The Resulting Contract Is For Supplies To Be Delivered Or Services To Be Performed In The United States Or Its Outlying Areas, Or When The Contracting Officer Has Applied Far Part 19. All Offerors May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Agency. The Completion And Submission To The Government Of An Offer Shall Indicate The Offeror’s Unconditional Agreement To The Terms And Conditions In This Solicitation. Offers May Be Rejected If An Exception To The Terms Or Conditions Set Forth In This Solicitation Is Taken. at Time Of Proposal Submission Please Submit Any Historical Data And Published Pricing. Award Will Be Made Based On Lowest Price Technically Acceptable. in Order To Be Eligible For Award, Firms Must Be Registered In The System For Award Management (sam). Offerors May Obtain Information On Registration In Sam By Calling 866-606-8220, Or Via The Internet At Https://www.sam.gov. quote Is Due 5 February 2025, No Later Than 12:00 P.m. Est With An Anticipated Award Date By 15 February 2025. Questions And Responses Regarding This Synopsis/solicitation May Be Submitted By E-mail To @us.navy.mil To The Rfq Closing. Please Be Sure To Include Synopsis/solicitation Number N0017825q6675 In The Subject Line. attachments – -sf1449: Solicitation For Commercial Items -statement Of Work (sow)
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Depth And Rf Canister Machined Components
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Please See Attached Solicitation Andsalient Characteristic. ***update On 01/28/2025 Q&a ***updated On 01/29/2025 Q&a ***updated On 01/29/2025 Q&a 2
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n793.15|lzz|n/a|taylor.m.weidman2.civ@us.navy.mil| commercial Product Procurement Notice|5|||||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)||n/a|lzz|n/a|n/a|n/a|n/a||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days After Discovery Of Defect||||| 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|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (nov 2024))|83|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (nov 2024))|15|||||||||||||||| offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| minimum Bid Acceptance Period (apr 1984)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413 |1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| evaluation--commercial Products And Commercial Services (nov 2021)|4||||| the Purpose Of This Amendment Is To Update The Quantity From 1 Unit To 820units. the Purpose Of This Amendment Is To Incorporate The Following Changes: 1. Stating That The Part Number Is Being Updated From Bacw10ds6uc To Bacw10bn6uc: 2. All Other Terms And Conditions Of This Solicitation Remain The Same. \
Closing Date5 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n711.10|ga3|717-605-1318|jordan.d.burt.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo |n/a|tbd|n00104|tbd|tbd|w25g1u|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (feb2024))|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (feb 2024)|13|334511|1,350|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| the Purpose Of This Amendment Is To Notate An Increase In Qty For Solicitation# N00104-24-q-ud89 From 600 To 2,144 (a +1,544 Unit Increase). offer Due Date Is Hereby Extended To 04 Feb 2025. all Other Terms And Conditions Remain Unchanged. 1. When Submitting Quotes, Make Sure You Specify Any Exceptions, I.e. Mil-stdpackaging, Mil-std Labeling, Inspection And Acceptance Locations, Packaginghouses, Surplus Material, Etc. If No Exceptions Are Indicated Or Received,award Will Be Based Upon Solicitation requirements. Changes Or Requests Forchanges After Award Will Have Consideration Costs Deducted From Unit Price. 2. If Supplies Will Be Packaged At A Location Different From The Offeroraddress, The Offeror Shall Provide The Name, Street Address And Cage Code Ofthe Packaging Facility. 3. Please Do Not Include Shipping Costs. Shipping/tranportation Assitance Will Be In Accordance With Wsstermfz02. 4. If You Are Not The Manufacturer Of The Material You Are Offering, You Muststate Who The Manufacturer Is (name & Cage Code) And Be Able To Providetraceability Information If Requested. Examples Of Traceability Documentationinclude But Are Not Limited To The following: Purchase Order/invoice Betweenyou And The Manufacturer Identifying The Part Number, Revision Level Andquantities & Manufacturer's Packing Slip Or Certification Identifying The Partnumber, Revision Level And Quantities. 5. Source Inspection Is Required For This Item. Please Provide Any Additionalcosts Associated With Source Inspection Into Your Unit Price. 6. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To This Procurement Are Consideredto Be "issued" By The Government When Copies Are Either Deposited In The Mail,transmitted By Fax, Or Sent By other Electronic Commerce Methods, Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutesbilateral Agreement To "issue" Contractual Documents As Detailed Herein. 7. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Tile,rubber . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;secret; document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=mil-std-130 | | |n |121116|a| | | document Ref Data=iso 9001 | | | | |a| | | document Ref Data=iso 9002 | | | | |a| | | document Ref Data=mil-i-45208 | | |a |961001|a|2 | | 3. Requirements 3.1 ;the Tile, Type 3r, Half Round, 4.5 Inch, "paint Not Required", Radar Absorbing Material (ram), Part Number 7338390-2, Design Control Activity Cagec: 34008, Furnished Under This Contract/purchase Order Shall Be Iaw With Dwg 7338390, Material specification, 7538395, Rev B, And Phs&t 7538398. these Drawings And Material Specifications Are Not Furnished As Part Of This Solicitation. The Prior Approved Sources Already Have These Drawings And Specifications In Their Possession.; 3.1.1 ;this Contract/purchase Order Serves As The Procurement Vehicle To Acquire Radar Absorbing Material (ram) In The Form Of Type 3r Materials For Installation On-board U.s. Navy Ships. The Design Of The Ram Material Is A Navy Design And Will Not Be allowed To Be Sold, Marketed Or In Any Way Transferred To Other Commercial Or Government Sources Without Written Consent Of Naval Sea Systems Command (navsea 05t1). All Materials Manufactured For This Contract/purchase Order Will Be Manufactured In Accordance with The Material Specification Type 3r (unclassified And Classified), Document Number 7538395. Additionally, Materials Will Need To Be Manufactured Iaw Their Respective Drawings. type 3r Materials Will Be Installed On U.s. Navy Ships. During This Time, The Material Will Be Exposed To A Shipboard Environment That Will Include Significant Fluctuations In Humidity And Temperature, The Corrosive Effects Of Salt Spray And The Damage Caused by Uv Exposure.; 3.2 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.3 ;the Contractor Shall Manufacture All Type 3r Material To Meet All The Requirements In The Material Specification Type 3r (unclassified And Classified). In The Event That There Is A Conflict Between The Text Of This Contract/purchase Order And The refernces And/or Drawings Cited Herein, The Material Specification Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.; 3.4 ;assignment Of Serial Numbers - All Materials Will Be Assigned A Sequential Serial Number At The Completion Of The Fabrication Phase. The Assignment Shall Be Done Prior To Performing Any Electrical Testing Or Other Type Of Testing. If The Contractor observes Any Obvious Cosmetic Problems, They Have The Option To Remove The Material Prior To Performing Either Environmental Or Electrical Testing, But This Material Shall Still Receive A Serial Number. The Contractor Shall Be Required To Submit A Report listing The Serial Numbers Of The Materials, Method Of Failure And The Certification Of Destruction Iaw Contract Data Requirements List (cdrl), Di-s-30591, Every Six (6) Months.; 3.5 ;assignment Of Lot Numbers - Lot Size Is Defined As 1000 Type 3r Tiles, Plus Twenty (20), Ordered On A Given Task Order. Lot Numbers Shall Be Associated With Each Item.; 3.6 ;post-production - When The Government Takes Delivery Of The Material, All Requirements Must Be Met.; 3.7 ;ecps, Waivers And Deviations - (far 46.102/46/407): All Critical, Major And Minor Waivers And Deviations Will Be Written On Dd 1694 Forms. The Request Will Be Submitted For Review And Approval/disapproval By Phd Nswc.; 3.8 ;production Lot Test Procedures Are Required As Specified In The Contract Data Requirements List (cdrl) Di-ndti-80603.; 3.8.1 ;the Production Lot Test Procedure Shall Be Submitted And Approved By Phd Nswc, S13 Prior To Commencing Production.; 3.9 ;special Test Equipment: Special Test Equipment Is Required Per The Material Specification (7538395) And Is Not Furnished By The Government.; 3.10 ;special Marking, Packaging And Serial Number Requirements: Special Marking, Packaging And Serialization Are Required By The Pcms, Packaging, Handling, Storage And Transportation Instruction (phs&t), Drawing No. 7538398 And Navsea Drawing Number 7338390.; 3.11 ;security Form Dd 254 (far 53.204-1a): Classified Testing Is Required Per The Material Specification. This Material Requires Strict Accountability, Any Loss Of This Material That Can Not Be Reconciled Shall Be Reported To Phd Nswc, Code S13. Reasonable operational Security Will Be Taken To Ensure That Only Authorized Personnel Are Allowed Access To This Material And Data. Only U.s. Citzens Are Authorized To Accomplish And Partake In The Manufacture, Packaging, Handling, Storage And Transportation Of This material. in Addition A Non-disclosure Statement Must Be Signed, And Returned To The Pco Prior To Receiving Technical Data/specifications From The Isea.; if The Contractor Changes Locations Of The Their Manufacturing Facility Or Goes Through Greater Than 50% Turnover In Personnel In Less Than 2 Months Time, The Government Has The Unilateral Right To Require Requalification Of The New Material And Manufacturing process And No Delays To The Agreed Upon Delivery Schedule Will Be Permitted. If The Contractor Cannot Comply With These Requirements The Government Has The Right To Terminate The Contract For Default Pursuant To Far Clause 52.249-8. 3.12 Security Clearance Required - This Contract/purchase Order Requires The Contractor To Have A Government Security Clearance In Accordance With The Attached Contract Security Classification Specification (dd Form 254). 4. Quality Assurance 4.1 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.2 ;production Lot - Production Lot Acceptance Testing: Suppliers Must Perform 100% Electrical Testing As Stated In The Material Specification (7538395). The Government Reserves The Right To Review And Audit The Suppliers Approved Written Production procedures And Witness Any Production Testing So Stipulated In The Approved Written Procedures. After Each Acceptable Production Lot Run Of (2000 Ea. Plus 20), Suppliers Will Submit Test Specimen Samples (1% Of 2000 Ea.) And Electrical Test Data, In Accordance with The Cdrls, As Specified Elsewhere In This Contract/purchase Order. serial Numbers Of Each Tile Tested Shall Be Annotated On The Test Report. sample Size Of 1% May Be Decreased To .25% After Completion Of The First Two (2) Production Lots At The Discretion Of The Government.; type 3r Visual Inspection Procedure Shall Be Supplied By The Isea To The Successful Contractor At Time Of Award To Aid The Quality Assurance Department To Establish Visual Inspection/general Workmanship Criteria For The Type 3r Tiles. The Hard Copy Document titled "type 3r Visual Inspection Procedure" Latest Revesion In Effect At Time Of Award Shall Be Utilized. the Government Will Have A Completed Test Report Within 60 Days Of Receipt Of The Samples And Subsequent Electrical Test Report For Each Production Lot From The Contractor. 4.2.1 ;these Samples And Data Will Be Used For Compatibility Test Evaluation By Phd. a Written Compatibility Test Report Will Be Submitted To The Procuring Contracting Officer (pco), By Phd. The Pco Will Communicate The Report Results To The Supplier, Notifying Them Of Its Findings.; 4.2.2 ;electrical Testing: The Contractor Shall Comply With All The Requirements Of The Material Specification Identified In Paragraph 2. Any Variance To The Procedures Identified In This Document Must Have Prior Written Approval From The Government. additionally, The Contractor Must Comply With The Following Test Requirements: Material Is To Be Tested Only One Time In The 0 And 90 Degree Orientation Or Parallel And Perpendicular Polarizations. If The Material Does Not Meet The Required Performance Levels Identified In The Material Specification, The Material Is To Be Set Aside without Further Testing. During This Time The Contractor May Choose To Re-work Or Condition The Material. After Re-work Or Conditioning, The Contractor May Test The Material Again To See If It Is Now Within The Specification Requirements. If The Material still Does Not Meet The Minimum Requirements Of The Electrical Specifications It Must Be Set Aside And Not Tested Further. The Last Set Of Test Results For This Tile Will Be Considered It's Final Test Result. The Contractor May Contact The Government To discuss The Disposition Of The Material. This Testing Specifically Precludes Multiple (more Than 2 Test) To Try To Get The Material To Meet The Required Minimum Requirements.; 4.3 Production Lot Test/inspection Report - The Contractor Shall Prepare And Submit A Report In Accordance With The Contract Data Requirements List (dd Form 1423). 4.4 Production Lot Test Approval - Production Lot Test Approval Is Required Prior To Shipment Of The Production Lot. 4.5 ;iso 9001 Is Required To Be Maintained And Be Current, For The Purpose Of Maintaining Engineering Source Approval. Dcma's Only Need To Verify That The iso 9001 Certificate Is Current. approved Sources Must Provide A Pdf Copy Of Their Iso 9001 Certificate When Renewed Or Recertified, To The Appropriate Isea. ; material Failure Adjudication: If The Material Is Found To Be Non-compliant With The Material Specification, The Contractor Shall Be Required To Conduct A Failure Analysis And Shall Take All Necessary Actions To Remediate The Failure At No Cost To The government. Any Such Failure(s) Shall Be Replaced Or Reconditioned By The Contractor To Meet All Requirements Identified In The Material Specification At No Cost To The Government. The Government Has The Right To Retest The Replaced Or Reconditioned Matrerial to Ensure Compliance With The Specification Before Accepting The Material In Question. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. 5.2 ;the Marking Requirements For Both The Marking Of Materials (mil-std-130) and The Outside Container Markings (mil-std-129) Should Be As Follows: dom: Yy/mm/dd inspect/test Date: Yy/mm; mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. date Of First Submission=asreq ;block 16 block 5 - As Specified By Naval Sea Systems Command Drawing 7338390 And 7538395. block 12 - Test Procedures Shall Be Submitted Nlt 30 Days After Contract Award. Approval Or Reason For Disapproval Shall Be Given Nlt 30 Days After Received By Phd Nswc Code S13. block 13 - Nlt 30 Days After Disapproval. ; date Of First Submission=asreq ;block 16 block 5 - Test Reports Shall Be Iaw Naval Sea Systems Command Drawing 7338390 And 7538395. block 12 - Test Report Shall Be Submitted Nlt 15 Days After Completion Of Testing Along With Test Samples To Phd Nswc Code S13.; date Of First Submission=asreq ;block 12 - Contractor Shall Submit A Report Listing The Serial Numbers Of The Material, Method Of Failure And Certification Of Destruction Beginning Six (6) Months After The Start Of Production And Continuing At Six (6) Month Intervals.;
Closing Date4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
102-inch Tines For Doosan D120s-7 Forklift
Closing Date4 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Others
United States
Altera Quartus Developement Software
Closing Date3 Feb 2025
Tender AmountRefer Documents 
2261-2270 of 2349 archived Tenders