Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Laboratory Equipment and Services
United States
Request For Information (rfi): N00173-25-rfi-mr09
date Posted:24 January 2025
title: Nikon Confocal Microscope
psc: 6640
naics Code: 334516
response Date: 10 February 2025
primary Poc: Maribel Ramirez
note:
this Is Not A Solicitation Or An Indication That A Contractual Commitment Will Exist As A Result Of This Request For Information (rfi). This Sources Sought Notice (ssn) Is In Support Of Market Research And Procurement Planning Being Conducted By The Naval Research Laboratory (nrl), Washington, Dc. This Ssn Is For Informational And Planning Purposes Only And Does Not Guarantee That This Will Be Competed Via Sam.gov. The Government Assumes No Financial Responsibility For Any Costs Incurred. A Solicitation Package Is Not Available At This Time.
contracting Office:
nrl, 4555 Overlook Ave, Sw, Washington Dc 20375
objective:
the Intent Of This Rfi Is To Gauge Industry Interest And Search For Potential Sources Capable Of Fulfilling A Requirement For Nikon Confocal Microscope. The Minimum Requirements And Specifications For The Are In The Attached Document Titled Attachment 1- Nikon Confocal Microscope. The Government Is Currently In The Planning Stages For This Procurement And May Continue To Modify The Language Within The Requirement As Necessary. These Requirements And Specifications Do Not Necessarily Represent Final Requirements And Specifications. All Responsible Sources May Submit A Capability Statement, Which Will Be Considered By The Agency. Responses Are To Follow The Contractor Response Format Described Below. No Reimbursement Will Be Issued For Any Cost Connected With Providing Capability Information.
contractor Response Format:
interested Parties, At A Minimum, Shall Supply All Of The Below Required Information In A Capability Statement. Please Reference This Sources Sought Notice/rfi Number Onyour Correspondence And In The Subject Line Of Your E-mail.
contact Information:
company Name And Address
point Of Contact For Clarification/questions
telephone Number And E-mail Address
duns Number, Cage Code
psc Code Of The Proposed Solution (see Https://psctool.us)
business Size/socioeconomic Categories
technical Information:
list Of Capabilities/resources Relevant To The Attached Requirements And Specifications
commerciality Of Proposed Item:
whether Item(s) Offered/proposed Is A Commercial Item And Is Customarily Used By The General Public Or Non-government Entities For Other Than Government Purposes.
whether The Item Has Been Sold, Leased, Or Licensed To The General Public, And If So, Identify One Or More Such Sales, Leases, Or Licenses To Document The Commerciality Of The Item.
product Description:
provide A Description Of How The Proposed Product Will Meet Or Exceed Each Of The Specifications As It Is Anticipated That Ultimate Evaluation Will Be Best Values And A Go/no Go Basis.
provide A Product Brochure And Highlight The Areas That Meet Or Exceed Specifications.
additional Requirement Details:
responses Should Be No More Than 10 Pages
place Of Performance: Nrl-dc And Contractor Facility
important Additional Information For Interested Parties: There Are No Commitments By The Government To Issue Any Solicitations, Make Any Award Or Awards, Or To Be Responsible For Any Monies Expended By Any Interested Parties Before Award Of A Contract Modification For The Efforts Mentioned Above. Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit For Award Of A Contract. No Telephone Responses Will Be Accepted. Point Of Contact For This Sources Sought Notice Is Maribel Ramirez. Responses To This Notice Should Be Sent To Maribel.ramirez23.civ@us.navy.mil.
Closing Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Office Of Naval Research (onr) - Unison Acquisition Maintenance And System Support Services- Notice Of Intent To Sole Source
Closing Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
13--pintle - And Similar Replacement Parts
Closing Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
16--emergency Box,aircr, In Repair/modification Of
Closing Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
This Is A Notice Of Intent To Sole Source, Not A Request For A Quote (rfq). A Rfq Will Not Be Issued And Quotes Will Not Be Requested.
naval Surface Warfare Center Indian Head Division (nswc, Ihd), Intends To Award A Firm Fixed Price Contract On A Noncompetitive Basis To B&p Littleford Llc, 1000 Hess Street, Saginaw, Mi 48601 To Provide The Following Service:
two Replacement Sets Of Three Oil Seals That Fit In The Lower Housing Of The Mixer Size 18 Pumm (420-mixer).
sow Attached
this Action Is Be Undertaken In Accordance With Far 13.106 (b) Soliciting From A Single Source, On The Basis That The Vendor Is The Only Known Source Capable Of Meeting The Government’s Requirements.
the North American Industry Classification System (naics) For This Requirement Is 333248. The Fsc Code Is 3540. The Resulting Contract Will Be A Firm Fixed Price Contract. Negotiation Being Conducted Using Other Than Full And Open Competition Procedures Pursuant To Authority Of 10 U.s.c. 2304 (c) (1).
this Notice Of Intent Is Not A Request For Quotes. Interested Parties May Identify Their Interests And Capability To Respond To This Requirement By February 10, 2025 At 10am (est). Any Response To This Notice Must Show Clear And Convincing Evidence That Competition Would Be Advantageous To The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether Or Not To Conduct A Competitive Procurement. The Determination Not To Compete This Proposed Contract Action Is Solely Within The Discretion Of The Government. The Government Will Not Be Responsible For Any Costs Incurred By Responding To This Notice.
responses To This Electronic Notice Must Be Made By 10:00 Am Est On February 10, 2025. Interested Vendors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gove/portal/public/sam. Oral Communications Are Not Acceptable In Response To This Notice. Interested Parties Shall E-mail All Statements And Capabilities To Natella Calliste, Via Email: Natella.k.calliste.civ@us.navy.mil And Must Provide Clear And Concise Documentation Indicating A Vendor's Bona Fide Capability.
Closing Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
16--nrp,flight Data Rec, In Repair/modification Of
Closing Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
61--panel,control,elect, In Repair/modification Of
Closing Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n723.16|b5t|267-697-2782|devon.m.mcnamee.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 After The Defect 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|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
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 Physicalreceipt Of The F-condition
asset At The Contractor's Facility As Reflected Inthe 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 Governmentfor All Assets Within The Rtats Established In This Contract.
required Rtat: ## ____ Days After Receipt Of Asset
throughput Constraint: Contractor Must Provide A Throughput Constraint For Eachnsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X/month (contractor Fill In #). A Throughput Of ##____ Per Month Reflects Nothroughput 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 Andacceptance Of All Assets Inducted Under This 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 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.
1.2 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;bae Systems Controls Inc; Drawing Number ( ;63760; ) ;69-78533-2; , 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:
ice Detection ;69-78533-2; P/n, ;7rh 1680 016883246 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.
ice Detection ;bae Systems Controls Inc; Company Name , ;4250 Airport Expy Fort Wayne, In 46809-9643; Address , ;63760; 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 Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n97113|faa|717-605-5834|amanda.r.hayward.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| Special Shipping And Marking Instructions|6|x||x|||| General Information-fob-destination|1|b| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|inspection / Acceptance Point - Source|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil| Note For Contractor/administrative Contracting Officer|3|||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| Alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| Annual Representations And Certifications (may 2024)|13|336415|1250|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| To View The Drawings: Go To Www.sam.gov Click: Contract Opportunities And Enter The Solicitation Number. This Gives Ydrawings Can Be Viewed Or Downloaded. Government Source Inspection Per Far 52.246-2 Is Required. Delivery 90 Days. 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 Depositedin 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. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Yoke . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Drawings Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. Drawing Data=56293 |53711| 4|od |d|0000.a | 4|49998|0018500 Drawing Data=56293 |53711| 4|od |d|0000.b | 3|49998|0021965 Drawing Data=56293 |53711| 4|od |d|0000.c | 2|49998|0024872 Drawing Data=56293 |53711| 4|od |d|0000.cov | 4|49998|0038973 Drawing Data=56293 |53711| 4|od |d|0000.d | 1|49998|0026986 Drawing Data=56293 |53711| 4|od |d|0000.ii | 4|49998|0015689 Drawing Data=56293 |53711| 4|od |d|0000.iii | -|49998|0026790 Drawing Data=56293 |53711| 4|od |d|0000.iv | -|49998|0008318 Drawing Data=56293 |53711| 4|od |d|0000.v | -|49998|0037946 Drawing Data=56293 |53711| 4|od |d|0001.1 | -|49998|0039238 Drawing Data=56293 |53711| 4|od |d|0001.2 | -|49998|0024017 Drawing Data=56293 |53711| 4|od |d|0002.1 | 2|49998|0019410 Drawing Data=56293 |53711| 4|od |d|0003.1 | 1|49998|0028858 Drawing Data=56293 |53711| 4|od |d|0003.2 | -|49998|0028844 Drawing Data=56293 |53711| 4|od |d|0003.3 | -|49998|0031180 Drawing Data=56293 |53711| 4|od |d|0003.4 | -|49998|0032024 Drawing Data=56293 |53711| 4|od |d|0003.5 | -|49998|0012193 Drawing Data=56293 |53711| 4|od |d|0004.1 | 4|49998|0027622 Drawing Data=56293 |53711| 4|od |d|0004.2 | -|49998|0021502 Drawing Data=56293 |53711| 4|od |d|0004.3 | -|49998|0015474 Drawing Data=56293 |53711| 4|od |d|0005.1 | 1|49998|0028854 Drawing Data=56293 |53711| 4|od |d|0005.2 | -|49998|0033261 Drawing Data=56293 |53711| 4|od |d|0005.3 | -|49998|0035235 Drawing Data=56293 |53711| 4|od |d|0005.4 | 2|49998|0036465 Drawing Data=56293 |53711| 4|od |d|0005.5 | 2|49998|0021294 Drawing Data=56293 |53711| 4|od |d|0005.5a1 | -|49998|0012105 Drawing Data=56293 |53711| 4|od |d|0005.5a2 | 2|49998|0061537 Drawing Data=6234327 |53711| A| |d|0001 | A|49998|0077151 Drawing Data=6237110 |53711| H| |d|0001 | H|49998|0164713 Document Ref Data=tt-l-50 | | |g |990330|a| 2| | Document Ref Data=dod-d-1000 | | |b |900701|a| 4| | Document Ref Data=tt-i-1795 | | |a |860930|a| 3| | Document Ref Data=od21549 | | | | |a| | | Document Ref Data=mil-t-31000 | | | |960601|a| 2| | Document Ref Data=od56293 | | | | |a| | | Document Ref Data=ansi-y14.5m | | |82 |821220|a| | | Document Ref Data=astm-a240 | | |93 |930915|a| | | Document Change Data=dod-d-1000 |mil-t-31000 3. Requirements 3.1 Manufacturing And Design - The Yoke Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n 6234327-001 Cage 53711; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And Specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, Paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original And Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance Provisions - Not Applicable. 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. 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. Phildelphia, 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 Navicp-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 Navicp-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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 I. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. P/n: 6234327-001
Closing Date10 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Oa Testing Of Dodic Ey28 (aces Ii Thermal Battery)
Closing Date10 Feb 2025
Tender AmountRefer Documents
6701-6710 of 7521 archived Tenders