Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Contact Information|4|n722.31|n/a|215-697-2486|thomas.s.mclaughlin7.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|||||||||
fms Delivery And Shipping Instructions|3|||n52214.05|
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 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|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
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.
all Terms And Conditions Are In Accordance With Boa: N0038324gbn01
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Contact Information|4|n732.79|n00383|215-698-6566|casey.m.brown20.civ@us.navy.mil|
fms Delivery And Shipping Instructions|3|||x|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Combo||hq0337|n00383|s0707a|s0707a|see Schedule|tbd|||||||||
this Is A Sole Source Requirement.
the Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Contract With Other Than The Current Source.
these Items Require Government Source Approval Prior To Award. If You Are Not An Approved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Wss Source Approval Brochure Which Can Be Obtained On The Internet At
https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. For Information Or Questions Regarding This Notice, Please Contact Casey Brown At The Email Address: Casey.m.brown20.civ@us.navy.mil .
\
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Contact Information|4|tbd|tbd|tbd|tbd|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type|source|tbd|n00383|tbd|tbd|see Schedule|tbd|||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|12 Months|60 Days After Discovery Of Defect|||||
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|do-a1a ||
this Solicitation Is For The Furnishing Of :
nsn: 7rh 1680 016102349 E7
pn: 123av11108-55
quantity: 3 Ea
please Submit Quote Via Email To (email) By The Due Date Specified On Page 1, Block 10.
these Items Require Government Source Approval Prior To Award.
if You Are Not An Approved Source, You Must Submit, Together With
your Proposal, The Information Detailed In The Navsup Wss Source
approval Brochure Which Can Be Obtained Online At
https://www.navsup.navy.mil/public/navsup/wss/business_opps/
under "commodities." Offers Received Which Fail To Provide 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 Brochure Which Can Be Obtained Online At
https://www.navsup.navy.mil/public/navsup/wss/business_opps/
under "commodities." Offers Received Which Fail To Provide 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 Requirement
may Be Continued Based On Fleet Support Needs
\
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
***this Is A Re-post Of Combined Synopsis/solicitation N68335-25-r-0076. This Combined Synopsis/solicitation, N68335-25-r-0076, Includes An Updated Attachment 001_price Sheet And Establishes A Required Lead Time Of 22 Weeks After Date Of Contract Execution.the Berry Amendment, And Related Clauses 252.225-7012 And 252.225-7015, May Be Applicable Based On The Total Extended Price Of This Effort. This Requirement Will Be Subject To The Buy American Act. Ensure That All Quotations Reflect The Country Of Origin For The Tools And Related Components.*** the Naval Air Warfare Center Aircraft Division Lakehurst (nawcad Lke) Has A Requirement To Procure Brand Name Idsc Holdings Llc Tools Kits Through A Firm-fixed Price Contract. The Government Intends To Procure The The Required Items Under A Limited Competition Between Isdc Holdings Llc. And Their Authorized Distributors. (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, And Far Part 13 Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) This Solicitation Is Issued As A Request For Qotation (rfq) In Accordance With Far Subpart 12.6 & Far Part 13 Under Combined Synopsis/solicitation Number N68335-25-r-0076. (iii) The Solicitation And Incorporated Provisions And Clauses Are In Effect Through Federal Acquisition Circular 2024-06. (iv) Naics Is 332216 With A Size Standard Of 750 Employees. (v) Please See Attachment 001_price Sheet For A List Of The Line Item Number(s) And Items, Quantities, And Units Of Measure.(vi) The Description Of The Requirements For The Items To Be Acquired Are Provided In The Description Above And Attachment 001_price List Attached Below.(vii)fob Point Is Destination To Nawcad Lke. Any Applicable Shipping Costs Shall Be Factored Into The Unit Price(s) Of Each Item. Do Not Include A Separate Line Item For Shipping Charges. The Required Delivery Date Is 22 Weeks After Date Of Contract Execution. (viii) Far 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services Applies To This Acquisition.(ix) Far 52.212-2, Evaluation-commercial Products And Commercial Services Applies To This Acquisition. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: award Will Be Made To The Lowest Price Responsible Offeror That Is Deemed Eligible For Award. The Government Will Evaluate Quotations Based On The Following Criteria: 1) Award Eligibility; And, 2) Price. award Eligibility award Eligibility Shall Be Determined By The Following: 1. Demonstration That The Offeror Is An Authorized Distributor Of The Identified Brand Name Manufacturer. Acceptable Demonstration Is As Follows: Prime Level Offerors Shall Provide Written Documentation From The Original Equipment Manufacturer That Their Company Or Their Subcontractor Is Authorized To Distribute The Required Equipment. If The Prime Offeror's Subcontractor Is The Authorized Distributor, Then The Prime-level Offeror Shall Include In The Documentation A Statement Guaranteeing The Government Will Receive The Same Benefits When Contracting With The Prime As If The Prime Offeror Was The Authorized Distributor; And 2. Offeror Provides An Exact Match Of The Part Numbers Listed In Attachment 001 Of This Combined Synopsis/solicitation. if An Offeror Does Not Provide The Entire List Of Equipment, Or Is Not An Authorized Distributor, The Offeror Will Be Deemed Ineligible For Award. If An Offeror Manipulates The Attachment 001 Spreadsheet, The Offeror Will Be Deemed Ineligible For Award. If The Offeror Provides The Entire List Of Equipment And Is An Authorized Distributor, The Offeror Will Be Deemed Eligible For Award. price Evaluation an Offeror’s Total Evaluated Price Will Be Determined By Multiplying The Proposed Unit Prices, By The Required Quantities Identified In Each Contract Line Item Number (clin). For Competitive Evaluation Purposes, The Evaluated Price For This Procurement Will Be Based On A Sum Of All Clins. Offerors Must Provide Pricing For All Clins. All Clins Will Be Included In The Total Evaluated Price. Each Offeror’s Price Proposal Shall Be Evaluated To Determine If It Is Complete. in Accordance With Far 15.305(a)(1), Competition Establishes Price Reasonableness. Therefore, When Contracting On A Firm-fixed-price Basis, Comparison Of The Proposed Prices Will Usually Satisfy The Requirements To Perform A Price Analysis, And A Cost Analysis Need Not Be Performed. Since This Will Be Conducted Using Competitive Procedures, Adequate Price Competition Is Expected As The Basis For Determining The Fair And Reasonableness Of The Selected Offeror’s Price. in The Event That There Is Only One Satisfactory Offer, The Government Reserves The Right To Request Additional Cost Or Pricing Data As Necessary From Both The Offeror And Subcontractors, And May Conduct Negotiations With The Offeror, Pursuant To Far Part 15.403-4 In Order To Ensure A Reasonable And Realistic Price. a Competitive Fair And Reasonable Price Determination Will Be Reviewed And Approved By The Procuring Contracting Officer. The Competitive Fair And Reasonable Price Determination Will Establish Price Reasonableness And Determine Responsibility (far 9.103) And Financial Stability (far 9.104-1(a)). (x) Offerors Shall Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications - Commercial Items With Its Offer Or A Statement That Its Representations And Certifications Was Completed In The System For Award Management (sam). (xi)far 52.212-4, Contract Terms And Conditions - Commercial Items Applies To This Acquisition. (xii)far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders –commercial Items Applies To This Acquisition; The Following Provisions Apply: 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020);52.204-24,representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021); 52.204-27, Prohibition On A Bytedancecovered Application(jun2023); 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment(nov 2021); 52.222-3, Convict Labor(jun 2003); 52.222-19, Child Labor-cooperation With Authorities And Remedies(feb 2024); 52.222-21, Prohibition Of Segregated Facilities(apr 2015); 52.222-26, Equal Opportunity(sep 2016);52.222-35, Equal Opportunity For Veterans(jun 2020); 52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020); 52.222-37, Employment Reports On Veterans (jun 2020); 52.222-50, Combating Trafficking In Persons (mar 2015);52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020);52.225-1, Buy American-supplies(oct 2022);52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023);52.225-13, Restrictions On Certain Foreign Purchases(feb 2021);52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct 2018). (xiii)additional Clauses And Provisions And Requirements: far 52.204-7: System For Award Management far 52.204-13: System For Award Management Maintenance far 52.204-16: Commercial And Government Entity Code Maintenance far 52.204-21: Basic Safeguarding Of Covered Contractor Information Systems far 52.204-24: Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment far 52.204-27: Prohibition On A Bytedance Covered Application far 52.225-18: Place Of Manufacture far 52.225-25: Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran—representation far 52.227-1: Authorization And Consent far 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement And Certifications. far 52.229-3: Federal, State And Local Taxes far 52.232-39: Unenforceability Of Unauthorized Obligations far 52.232-40: Providing Accelerated Payments To Small Business Subcontractors far 52.252-2: Clauses Incorporated By Reference dfars 252.203-7000: Requirements Relating To Compensation Of Former Dod Officials dfars 252.203-7002: Requirement To Inform Employees Of Whistleblower Rights dfars 252.203-7005: Representation Relating To Compensation Of Former Dod Officials dfars 252.204-7003: Control Of Government Personnel Work Product dfars 252.204-7007: Alternate A, Annual Representations And Certifications dfars 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls dfars 252.204-7009: Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information dfars 252.204-7016: Covered Defense Telecommunications Equipment Or Services – Representation dfars 252.204-7017: Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services – Representation dfars 252.204-7018: Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services dfars 252.211-7003: Item Unique Identification And Valuation dfars 252.211-7008: Use Of Government-assigned Serial Numbers dfars 252.215-7013: Supplies And Services Provided By Nontraditional Defense Contractors dfars 252.217-7026: Identification Of Sources Of Supply dfars 252.223-7008: Prohibition Of Hexavalent Chromium dfars 252.225-7000: Buy American—balance Of Payments Program Certificate dfars 252.225-7001: Buy American And Balance Of Payments Program—basic dfars 252.225-7002: Qualifying Country Sources As Subcontractors dfars 252.225-7007: Prohibition On Acquisition Of Certain Items From Communist Chinese Military Companies dfars 252.225-7012: Preference For Certain Domestic Commodities dfars 252.225-7013: Duty-free Entry—basic dfars 252.225-7015: Restriction On Acquisition Of Hand Or Measuring Tools dfars 252.225-7048: Export-controlled Items dfars 252.232-7003: Electronic Submission Of Payment Requests And Receiving Reports dfars 252.232-7006: Wide Area Workflow Payment Instructions dfars 252.232-7010: Levies On Contract Payments dfars 252.243-7001: Pricing Of Contract Modifications dfars 252.244-7000: Subcontracts For Commercial Products Or Commercial Services additional Requirements: Responses Must Be Received By 28 January 2025 At 5:00 Pm Edt Via Email Only. Questions May Be Submitted No Later Than 28 January 2025 At 5:00 Pm Edt. The Points Of Contact Are Jeff Chelston, Jeffrey.m.chelston.civ@us.navy.mil And Andrew Kolpack,andrew.j.kolpack.civ@us.navy.mil. Please Ensure Both Points Of Contact Are Included On Any Correspondence. All Quotations Shall Be In Accordance With This Solicitation And Attachment 001_price Sheet.
DEPT OF THE NAVY USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents
Enersys Brand Name Batteries Only - See Attached Rfq. 1/24 See Rfq Modification 1 To Change The Delivery Date To 10 Feb 2025.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date27 Jan 2025
Tender AmountUSD 279.3 K This is an estimated amount, exact amount may vary.
Ddg Class Ship Lltm Sonar Dome Tiles
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountUSD 34.9 K This is an estimated amount, exact amount may vary.
Southwest Regional Maintenance Center (swrmc) Code 410a Procurement Intends To Negotiate And Award A Sole Source Purchase Order To Austal Usa Advanced Technologies To Provide Degree Of Sensitization (dos) Probe Training To Swrmc Code 205b. More Specifically, The Required Training Will Provide Personnel The Ability To Service, Maintain, Troubleshoot, And Assemble The Dos Probes. austal Usa Advanced Technologies, Formerly Electrawatch, Inc., Is The Original Equipment Manufacturer Of The Dos Probes. Austal Usa Advanced Technologies Does Not Have Any Authorized Distributors. Furthermore, Austal Usa Advanced Technologies (oem) Is The Only Authorized Source To Provide This Training. this Requirement Will Be Processed In Accordance With Far Part 13. The North American Industry Classification System (naics) Code Is 611519, And The Business Size Standard Is $21 (millions Of Dollars). this Notice Is Neither A Request Nor A Solicitation Of Offers; However, All Information Received After Date Of Publication Of This Synopsis Will Be Reviewed By The Government For Future Considerations. Information Received Will Be Considered Solely For The Purpose Of Determining Whether Conducting A Competitive Procurement Is In The Best Interest Of The Government. Responses Must Provide Clear And Concise Documentation Indicating A Vendor’s Bona Fide Capability To Provide This Product Or Equivalency. Requests Must Include Company Name, Address, Telephone Number Of The Requestor, E-mail Address, Cage Code, And Business Size. all Information Should Be Delivered Via E-mail To Jamie Devera, Jamie.m.devera.civ@us.navy.mil, And Cynthia Urias, Cynthia.y.urias.civ@us.navy.mil, No Later Than 11:00 Am, Pacific Time, 31 January 2025. Information Delivered By Other Than E-mail Will Not Be Accepted. Certifications In The System For Award Management Must Be Current And Active To Be Eligible For Contract Award.
DEPT OF THE NAVY USA Tender
Textile, Apparel and Footwear
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Flotation / Waterproof Clothing
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Contact Information|4|n7m2.25|bsh|see Email|marcus.a.hill21.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
option For Increased Quantity (mar 1989)|1|365 Days|
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|335931|600 Employees||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 95 Days
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 Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract. 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:__________
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 Power Supply .
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 Power Supply 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.
;53711 5336336;
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.
DEPT OF THE NAVY USA Tender
Electrical and Electronics...+1Electrical Works
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Materials Requested Are Essential For Proper Functionality Of The 11m Rhib Davit.
751-760 of 2351 archived Tenders