Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Chemical Products
Corrigendum : Closing Date Modified
United States
Contact Information|4|n7m3.11|anc|7176055415|nicole.diehl@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|||||||||||||||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
value Engineering (jun 2020)|3||||
contract Definitization (may 2023)|5|firm-fixed|fixed Price|90 Day|ffp|tbd|
equal Opportunity (sep 2016)|2|||
small Business Subcontracting Plan (sep 2023)|4|||||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
option For Increased Quantity (mar 1989)|1|365 Days|
estimate Of Percentage Of Recovered Material Content For Epa Designated Items (may 2008))|1||
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 (may 2024)|13|334290|800||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To Include The Applicable Clauses Due To The Increase In Qty Requirements. No Other Changes Are Made At This Time.
the Purpose Of This Amendment Is To Increase The Requirement Qty To 15. No Other Changes Are Made At This Time.
the Purpose Of This Amendment Is To Reopen The Solicitation Window Through 06 Nov 2024. No Other Changes Are Made At This Time.
this Solicitation Is Issued Pursuant To Emergency Acquisition Authority (eaa).
Accelerated And Partial Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule.
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractors Written Acceptance Prior To Execution.. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: ________
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
your Quote Should Include The Following Information:
Quote Amount And Rtat
Unit Price:__________
Total Price:__________
Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): 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 Contractors Facility As Reflected In The Aaction 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.
Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte): ___
Return Material Authorization # (rma), If Applicable:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________
Testing And Evaluation If Beyond Repair
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, 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/computed Based On:______________________________________.
Awardee Info & Performance Location
Awardee Cage: __________
Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________
Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________
Iot Compare Repair Price To Price To Buy New
New Unit Price:__________
New Unit Delivery Lead-time:__________
all Pricing Is Firm. Please Consider The Following When Providing Price:
include Repair Price With All Costs Associated With Receipt And Complete Repair Of Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts And Wear Damage.
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Module,matrix,switc .
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 Module,matrix,switc 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.
;03538 77a126678p10;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 ;000-711866-02 Is Oem Internal Pn Id To Be Used For Reference Only. Design Specifications For The Configuration Must Adhere To Reference 77a126678p10.;
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 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.
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n713.31|hrb|(717)605-3576|lily.f.ritter.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|n/a|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 (nov2023))|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 Certificate-basic (nov 2014)|1||
annual Representations And Certifications (mar 2023)|13|335312|1250 Emp||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To Allow Additional Time For Quotations To Besubmitted In Accordance With Solicitation N00104-24-q-lb62.
the Open Period For Quotes Has Been Extended To 10 Jan 25.
the Requested Repair Turnaround Time Has Been Changed From 120 Days To 135 Days.
all Other Terms And Conditions Of The Solicitation Shall Remain Unchanged.
\
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractors Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 120 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25.
your Quote Should Include The Following Information:
Quote Amount And Rtat
unit Price:__________
Check One: Firm-fixed-price ___ Estimated ___ Nte ___
total Price:__________
repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): 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 Contractors Facility As Reflected In The Aaction 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.
Return Material Authorization # (rma), If Applicable:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________
Testing And Evaluation If Beyond Repair
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, 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/computed Based On:______________________________________.
Awardee Info & Performance Location
awardee Cage: __________
Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________
Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________
Iot Compare Repair Price To Price To Buy New
New Unit Price:__________
New Unit Delivery Lead-time:__________
response Required 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 A Price
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 Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
option Remarks:
the Contract Officer Would Like To Exercise A 100% Option Quantity Within365-days Of The Effective Date Of The Contract Award. The Contractor Willprovide The Same Delivery Turnaround As The Base Line Items. A Modificationwill Be Completed At The Time The Option Is
Exercised And All Current Contract Terms And Conditions Will Apply To The Option Quantity.
please Indicate If The Contracting Officer May Exercise The 100% Optionquantity For The Procurement Contract.
yes ___ Or No ____
please Indicate The Pricing For The Option Quantity.
price Each: $___________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair 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 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.
;53555 603511-179;
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 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.
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Ultimate 3000 Ncs-3500 Service Coverage (1 Year)
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Notice Of Intent To Sole Source Fuel Control Test Set
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n7m1.9|bud|na|brett.m.hassick.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||tbd|n00104|tbd|tbd|see Schedule|see Schedule|||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|334412|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Reason For This Amendment Is To:
extend The Due Date To 01/10/25. All Pricing Must Be Firm-fixed-price.
see Continuation Pages For Details. This Amendment Makes No Other Changes.
\
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. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractors Written Acceptance Prior To Execution. Vverify Nomenclature, Part Number, And Nsn Prior To Responding.
government Source Inspection Is Required And All Pricing Is Firm-fixed-price.
please Complete And Return The Following Information:
- Unit Price: $________________ Firm-fixed-price
- Total Price: $____________________ Firm-fixed-price
- Procurement Turnaround Time (ptat): ____________ Days
- Awardee Cage: ______________
- Inspection & Acceptance Cage (if Not The Same As The Awardee Cage): _____________
- Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example): ______________
important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is An Authorized Distributor Of Their Items.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb .
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 Circuit Card Assemb Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;15055 8630743-1
21877 8630743-1;
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.
6.1.1 If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours
of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod
standardization Documents. Mail Requests Should Be Submitted To:
Navy Publishing And Printing Service (subscriptions)
Building 4d
700 Robbins Ave.
Philadelphia, Pa. 19111
Attn: Dodssp
requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462.
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. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To:
Commanding Officer
Naval Surface Warfare Center Port Hueneme Div
Code 5a00
Port Hueneme, California 93043
e. 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.
f. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
Contracting Officer
Navsup-wss-mech
Code 87321
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
g. 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
Navsup-wss-mech
Code 009
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
h. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
Navsup Weapon Systems Support
Code 1 Support Branch
700 Robbins Avenue
Philadelphia, Pa. 19111-5094
i. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss-mech.
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 Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Please See Solicitation Amendment Posted 01/03/2025 To Extend Date Due For Quotes. Please Send In A Signed Copy Of The Amendment With Your Quote.
email Questions To: Jennifer.l.boyle16.civ@us.navy.mil
competitive.
fleet Logistics Center Puget Sound Will Be Soliciting For Synthetic Decking In Accordance With Solicitation Specifications.
this Acquisition Will Be Negotiated On A Small Business Set A Side. Interested Persons 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 Sasebo Japan
it Is Anticipated That The Solicitation Will Be Posted To The Betasam Website On Or About 12/12/2024 With Proposals Due By 12/23/2024.
a Firm-fixed Price, Supply Type Contract Will Be Awarded In Accordance With Far Parts 12 And 13, Commercial And Simplified Acquisition Procedures.
the Required Delivery Date Is 30 Days Aro
all Responsible Sources May Submit A Proposal Which Shall Be Considered By Flcps. This Solicitation And Any Subsequent Amendments Will Be Posted To The Betasam Website: Https://www.beta.sam.gov.
prospective Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation From This Website And For Frequently Monitoring That Site For Any Amendments. The Government Is Not Responsible For Any Inability Of The Offeror To Access The Posted Documents.
no Telephone Or Fax Requests Will Be Accepted, And No Hard-copy Solicitation/amendment Will Be Mailed Or Faxed.
emailed Completed Solicitations Are Acceptable.
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
5998 - Bare Printed Circuit Board Manufacturing
Closing Date4 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
F-35 Lightning Ii Joint Program Office Aircraft Armament Equipment (aae) Gpu-8 And Gpu-9 Gun Pods Procurement – Notice Of Intent
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n723.12|b5l|2156975801|chad.m.fichter.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 Combo||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|||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|365 Days After Delivery Of Unit|45 Days From Detect Was Found|||||
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|336413|1250|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
the Purpose Of This Amendment Is To Add A "made To:" And "iaw" Section To Clins 0001, 0002 & 0006. As Well As Extend The Solicitation Quote Due Date.
the Made To: For Clins 0001, 0002 & 0006 Is 98897.
the Iaw: For Clin 0001 Is 3319562-33.
the Iaw: For Clin 0002 Is 3319562-37.
the Iaw: For Clin 0006 Is 3319562-45.
the Solicitation Quote Due Date Is Hereby Extended To 13 Jan 2025.
\
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein.
early And Incremental Deliveries Accepted.
\
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
2. Applicable Documents - Not Applicable
3. Requirements - Not Applicable
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
2. Applicable Documents - Not Applicable
3. Requirements - Not Applicable
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
2. Applicable Documents - Not Applicable
3. Requirements - Not Applicable
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
Closing Date6 Jan 2025
Tender AmountRefer Documents
41-50 of 1931 archived Tenders