Transportation Tenders
Transportation Tenders
MARITIME ADMINISTRATION USA Tender
Others
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents
Details: This Is An Invitation For Bid Or Ifb: Please Submit All Bids Before 1330 On March 5th, 2025. bids May Be Recieved In Mail, us Department Of Transportation maritime Administration Mar 380 1200 New Jersey Ave Se mail Stop W26-449 washington, Dc 20590-0001 or By Email At: Henry.puppe@dot.gov below Is The Ms Teams Invite Link. https://teams.microsoft.com/l/meetup-join/19%3ameeting_zjhmndy0odctzde3yi00zjq0ltlhndutnjbmognkmmi3ownk%40thread.v2/0?context=%7b%22tid%22%3a%22c4cd245b-44f0-4395-a1aa-3848d258f78b%22%2c%22oid%22%3a%22db5728dc-5af0-4a71-8552-846dafd3d43f%22%7d dial In By Phone +1 509-931-1572,,391590357# United States, Spokane phone Conference Id: 391 590 357# the Maritime Administration (marad), Which Is An Agency Of The United States Department Of Transportation, Intends To Procure Layberthing Services For An Exclusive Use Long-term Safe Layberth For Up To Three Ro/ro Vessels. The Geographic Area Of Consideration For This Solicitation For The Three Vessels Is On The East, Gulf And/or West Coast. Potential Layberth Locations Are Inclusive Of Navigable Waterways That Can Support The Safe Berthing And Navigation Of The Size Vessel Identified. For Potential Sources Located On Inland Waterways The Distance To Open Waters Must Not Exceed 150 Miles. The Primary Bid For The Solicitation Will Be One Base Year And 4 Option Years With An Alternative Bid For A Base Year And Nine Option Years. see Attachments For Details
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents
Details: Contact Information|4|n731,47|n00383|215-697-1488|arianna.g.pilla.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|inspection Site Source Final Acceptance Site Source |tbd|n00383|tbd|tbd|see Schedule|n/a|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days After Discovery Of Defect|||||
safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9||||||||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitations On Pass-through Charges (jun 2020)|1||
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|||||||||||
type Of Contract (apr 1984)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
the Purpose Of This Solicitation Amendment Is To Incorporate The Following Changes:
1. Rfp N00383-25-r-n145 Is Hereby Extended For An Additional 30 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
\
the Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicablefor This Procurement.
the Requested Rtat Is 60 Days.
this Rfp Is For Repair. Navsup Wss Requests That Contractors Submit A Quote That Includes Either A Firm-fixed Price Or Tt&e Pricing As Well As Estimate Costs To Repair This Item.
this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal
constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification.
\
1. Scope
1.1 . Markings Shall Be In Accordance With Mil-std-130.
1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document.
1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany 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 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This
procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer.
1.5 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 Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By
ipc/eiaj-std-001c Paragraph 5.1.4.
2. Applicable Documents - Not Applicable
3. Requirements
repair The Engine Control Unit To The Latest Configuration P/n 4501860f.
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:
electronic Componen ;4501860e; P/n, ;7r 1680-01-474-4622 V2; Nsn, ;repair In Accordance With The Technical Drawings And Service Bulletons To Meet Industry Standards.; 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.
electronic Componen ;hamilton Sundstrand Corporation; Company Name , ;1007 E. University Drive, Phoenix, Az. 85034-6513; Address , ;0cam5; 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.
the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent.
responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified
herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein.
procedures:the Contractor Shall Prepare And Maintain Quality Control
documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The
performance Spcifications To Perform The Procedures.
quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which
compliance With Contractual Requirements
will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request.
purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub
contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil
either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002).
receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For
government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. 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 Ascertifications, And Actual Dimensional Readings.
failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government.
nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition.
contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or
specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification.
material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer.
responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection
requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective
items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items.
repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And
quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing.
records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's
and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records:
receipt Inspection Documentation.
repair Shop Travelers Or Repair Cards.
parts Replacement Records.
parts Inspection Data Before And After Repair As Applicable.
acceptance Test Data.
qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair
re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request.
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| Inspection And Acceptance - Short Version|8|x||x|||||| Desired And Required Time Of Delivery (june 1997)|29|0001aa|12|265|0001ab|11|265|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|tbd|w25g1u Qty 12;w62g2t Qty 11|tbd|n/a|n/ A|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| Warranty Of Data--basic (mar 2014)|2||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| 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|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| Packaging Update From Version 005 To 009. No Other Changes 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be Dx Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,linear,direct . 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 Valve,linear,direct Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 21216-001; 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 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material Will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The Contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting Officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of Contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are Located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A Polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The Requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A Component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface Ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navsup-wss Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: Commanding Officer Navsup-wss Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Commanding Officer Navsup-wss Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of This Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information Contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: A... Approved For Public Release; Distribution Is Unlimited. B... Distribution Authorized To Us Governments Agencies Only. C... Distribution Authorized To Us Government Agencies And Their Contractors. D... Distribution Authorized To Dod And Dod Contractors Only. E... Distribution Authorized To Dod Components Only. F... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. X... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
DEPT OF THE ARMY USA Tender
Others...+1Electrical and Electronics
United States
Closing Date20 Dec 2025
Tender AmountRefer Documents
Details: The Virginia Army National Guard (vaarng) Plans To Post A Solicitation For The Rental And Service Of Generator Powered Mobile Light Towers. this Notice Is A Sources Sought. This Is Not A Request For Quote Or Proposal. Separate Notices Will Be Posted Prior To Or When Solicitations Are Issued To Industry. The Intent Of This Notice Is To Determine If There Are Business Who Can Support This Requirement. The Intention Is To Procure This Service On A Competitive, Firm-fixed Price Basis. Interested Vendors Are Encouraged To Respond To This Notice. the Virginia Army National Guard Seeks Sources That At A Minimum Have The Ability To: -provide Up To 60 Generator Powered Mobile Light Towers For A 3-week Period In June 2025. -deliver To And Pick-up From Fort Barfoot In Blackstone, Va 23824. -provide Field Maintenance/ Servicing Plan Or Ability To Replace A Defective Light Within 12 Hours. -each Light Tower Shall Have A Mast That Is Able To Retract And Stow Horizontally For Travel. -each Light Tower Shall Have A Telescoping Mast That Has A Position Lock Feature. -each Light Tower Shall Have Four (4) Lights, With Each Lamp Being At Least 1,000 Watts (other Configurations With Equivalent Or Similar Lumen Output May Be Considered). -minimum Of 12 Consecutive Hour Run Time Each Day. -generator Fueled By Diesel. -lights May Be Metal-halide Or Led. -each Light Tower Shall Have A Pintle Hitch Of 2 ½ Or 3 Inches. -each Light Tower Shall Have Tires That Meet Or Exceed The Department Of Transportation (dot) Regulations. responses To The Above Requests Will Assist The Vaarng In Making Informed Decisions On Whether To Solicit The Requirement As Small Business Set Aside, Full And Open Competition Or Sole Source. A Follow-on Solicitation Is Not Guaranteed To And The Vaarng Reserves The Right Not To Post A Solicitation As A Result Of This Sources Sought. all Interested And Capable Vendors Are Requested To Provide The Below Information Via Email To Matthew.c.guyer.civ@army.mil No Later Than The Response Date Identified In This Notice. Telephone Responses Will Not Be Accepted. Please Reference“panngb-25-p-0000 005490 Generator Light Towers”in The Subject Of The Email. The Closing Date And Time Of This Sources Sought Notice Isjanuary 15, 2025, At 2:00 Pm Eastern Time.when Responding, Providethe Following Requested Information: requested Information: 1. Company Name, Address, Telephone Number And Email Address 2. System For Award Management (sam) Unique Entity Id 3. Business Size: Large Business Or Small Business (using $40 Million As The Small Business Size Standard) And Any Socio-economic Certifications (i.e., Small Disadvantaged (sdb), Historically Underutilized Business Zone (hubzone), Veteran Owned (vo), Service-disabled Veteran Owned (sdvosb), Woman Owned (wo), Etc.) -all Interested Parties Must Accurately Reflect Their Size And Socio-economic Status If A Small Business. 4. Capabilities Statement 5. Geographic Location(s) Company Can Service
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents
Details: Solicitation Notice: Midcon Custom Sterile Procedure Packs The Veterans Health Administration (vha), Midwest Consortium (midcon), Has An Ongoing Requirement For The Supply Of Custom Sterile Surgical Procedure Packs And Associated Services For An Estimated 35 Va Medical Centers And Community Based Outpatient Clinics (cbocs). The Contractor Shall Be Responsible For Providing All Labor, Materials, Sterilization, Transportation, Equipment, Supervision, Quality Assurance, Electronic Communication, Ordering, Reporting, And Delivery Of The Packs While Remaining Incompliance With Federal, State, And Local Regulations To Provide Custom Sterile Procedure Packs And Creation Of New Packs, As Deemed Necessary For The Participating Medical Facilities. A Description Of Actual Requirements Will Be Included In The Attached Statement Of Work And Within The Solicitation Document. The Va Anticipates Awarding One (1) Five-year Contract. the Naics Code For This Procurement Is 339113, Surgical Appliance And Supplies Manufacturing, With The Small Business Administration (sba) Size Standard Of 800 Employees. The Psc Is 6515, Medical And Surgical Instruments, Equipment, And Supplies. this Requirement Is For The Acquisition Of Multiple Items. 13 Cfr §121.406(d) States That At Leaast 50% Of The Estimated Contract Value Be Composed Of Items Manufactured By Small Business Concerns. Based On Extensive Market Research, The Va Did Not Find Small Businesses That Manufactured The Components Of At Least 50% Of The Contract Value For This Requirement Even When Specific Class Waivers Were Taken Into Account. Therefore, The Analysis Of The Non-manufacturer Rule, 13 Cfr §121.406(b) And 13 Cfr §121.406(d) Confirms This Requirement Is Not Suitable To Be Set-aside For Small Business And S Hould Go Forward As An Unrestricted Solicitation. one Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements." (far 25.4 Trade Agreements) offerors Desiring To Be Considered For Award Must Be Registered In The System For Award Management (sam.gov) Using This Naics Code And Have An Active Sam Account At Time Of Proposal Submittal And Award. For Additional Information And To Register In Sam, Please Access The Following Website: Www.sam.gov. This Procurement Also Requires Offerors To Complete The Electronic Representations And Certifications At The Sam Website. Any Resulting Award Will Be Awarded As A Firm-fixed Price Indefinite-delivery Indefinite- Quantity (idiq) Contract. paper Copies Of This Solicitation Will Not Be Issued. Each Potential Offeror Is Responsible For Checking The Website To Gain All Current Information Related To The Solicitation. The Solicitation And Any Further Announcements Regarding The Solicitation Will Be Posted Only At Https://sam.gov.
NATIONAL PARK SERVICE USA Tender
Others...+1Civil And Construction
United States
Closing Soon13 Feb 2025
Tender AmountRefer Documents
Details: Bost - Preventative Maintenance And Repair Services 24/7 Plumbing / Mechanical & Heating Sysytems Service And Repair Contractor Shall Furnish All Labor, Transportation, Materials, Equipment And Supervision For Plumbing/ Mechanical & Heating Systems Preventative Maintenance Services And Repairs For The National Parks Of Boston.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n792.14|lpb|see Email|helen.i.carmelo.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00383|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days From Discovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitation Of Liability--high-value Items (feb 1997)|1||
limitations On Pass-through Charges (jun 2020)|1||
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 (jan 2025)|12|336413|1250 (# Of Employees)|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
offerors Shall Submit Proposals Via Neco Or Email Only.
can Only Be Procured Only From Suppliers Who Provide Faa-certified Parts Which Possess A Faa Authorized Release Certificate, Faa Form 8130-3 Airworthy Approval Tag, From Certified Repair Stations Pursuant To 14 Cfr Part 14.
\
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date9 Dec 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Items And Services Prepared In Accordance With (iaw) The Format In Subpart 12.6 “streamlined Procedures For Evaluation And Solicitation For Commercial Items”, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. the Purpose Of This Requirement Is To Provide The Fleet Readiness Center South West (frcsw) Preventative Maintenance And Service On Eighteen (18) Machines Manufactured By Dmg Mori, Mori Seiki, And Fastems. The Work To Be Performed Under The Contract Will Include Preventative Maintenance, Emergent Service And Scheduled Service Repairs, And Over And Above Work. set Aside: None. This Will Be A Full And Open Competition. Naics Code For This Announcement Is 811310. solicitation Closing Date: All Proposals Must Be Received By The Closing Date/time On December 9, 2024 At 4:00 Pm Est. Preferred Delivery Method For Submission Of Your Proposal Is Via Dod Safe. A Dod Safe Link Will Be Provided By Contacting Amanda Taylor, At Email: Amanda.j.taylor80.civ@us.navy.mil. Requests Shall Be Made Within 7 Calendar Days Of The Closing Of The Solicitation. Proposals Shall Include At A Minimum, The Following: unit Pricing Per Line Item As Shown On The Separately Attached Schedule Of Items Table; vendor Contact Name, Phone Number And Email Address company Cage Code And Duns Number/unique Entity Id Number business Size: Small/large/other: _______________ to Obtain Or Renew A Duns Number And/or Cage Code, Please Visit Https://beta.sam.gov/. all Companies Must Be Registered In The System For Award Management At Https://beta.sam.gov/ To Be Considered For Award. The Government Will Not Provide Contract Financing For This Acquisition. Invoice Instructions Shall Be Provided At Time Of Award note: A Price Matrix Table Has Been Provided As A Separate Attachment To Assist With Supplying The Required Pricing And Vendor Contact Information. contract Type: Under Far Part 13.5 The Government Intends To Award A Single Firm Fixed Price (ffp) Contract. description Of Requirement: the Commander, Fleet Readiness Center (comfrc) Procurement Group (pg), In Support Of The Fleet Readiness Center Southwest (frcsw) – North Island, Intends To Procure Preventative Maintenance And Emergent Repair Services For 18 Cnc Machines Manufactured By The Following: Dmg Mori, Dmg Mori/burener Maschinenfabrik, Mori Seiki, And Fastems. The Requirement Will Include Providing Preventative Maintenance, Emergent And/or Scheduled Maintenance, And Over And Above Work. please See Attached Statement Of Work And Cdrls For Full Requirements warranties: A Warranty Shall Be Provided For A Minimum Of Twelve (12) Months (e.g. 365 Days) That Follows “start-up, System(s) Testing, And Acceptance/recognition Of Project Completion,” By The Government And Final Payment Acceptance By The Contractor. Please See Attached Statement Of Work For Additional Warranty Requirements. place Of Performance, Inspection, And Acceptance: Deliver Fob Destination, Services Shall Start No Later Than Fifteen (15) Days From Date Of Contract Award. address For Delivery And Place Of Performance: Frcsw Nas North Island Bldgs 347 And 472, San Diego, Ca 92135 list Any Acceptance Criteria: All Or None Basis. conformance To Sow: You Must Provide The Supplies And Services In Accordance With The Statement Of Work. Unless An Exception Is Specifically Noted Within Your Proposal, Your Proposal Will Be Considered To Be In Complete Conformance To The Solicited Requirements. submissions: The Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition, And Is Amended As Follows: the Offeror Agrees To Hold The Prices In Its Offer Firm For 120 Calendar Days From The Date Specified For Receipt Of Offers. the Response Will Consist Of The Following: part I – The Proposal Consists Of A Cover Page That Is Signed And Includes The Authorizing Point-of-contact. In Doing So, The Offeror Agrees To The Contract Terms And Conditions As Written In The Solicitation, With Attachments. The Cover Letter May State Any Delineating Exceptions Taken To The Solicitation Terms And Conditions With Accompanying Rationale. However, Offerors Are Cautioned That Any Noncompliance With The Terms And Conditions Of The Solicitation May Cause Their Quote To Be Determined Not Eligible For Award. Offerors Shall Ensure That All Clauses And Provisions That Require "fill In" Information Are Appropriately Completed (attachment 4). part Ii - Price - Submit One (1) Electronic Copy Of The Completed Price Matrix (attachment 3) (electronic Copies Must Be Compatible With Microsoft Excel). basis For Selection: Pursuant To Far 12.603, Contract Award Will Be Made Using Simplified Acquisition Procedures In Accordance With Far 13.5. Offeror’s Submissions Will Be Evaluated Based Upon The Following: technical: Offeror Shall Clearly Demonstrate Its Technical Approach To Meet The Requirements Of Clin/line Items Based On The Requirements Of The Request For Proposal, Quantity, Quality And Timeliness Of Delivery. price: The Offeror Shall Complete Clin Pricing Matrix, Attachment 4, Of This Solicitation. In Addition To The Completed Clin Pricing On Page One (1), The Offeror Shall Provide Sufficient Price Information To Allow The Contracting Officer To Determine The Completeness And Reasonableness Of The Offerors Prices. far 52.212-2, Evaluation - Commercial Items, Applies To This Acquisition And Is Amended As Follows: 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 Will Be Used To Evaluate Offers: factor: (1) Technical (2) Price technical Is Less Significant Than Price. options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Unless A Written Notice Of Withdrawal Is Received Before Award. this Is A Competitive Lowest Price, Technically Acceptable Acquisition Following Simplified Acquisition Procedures Iaw Far Subpart 13.5 In Which Competing Offerors Price Will Be Evaluated On A Basis Significantly More Important Than Technical. By Submission Of Its Offer In Accordance With The Instructions Provided In Clause Far 52.212-1, Instructions To Offerors, The Offeror Accedes To The Terms Of This Model Contract And All Such Offers Shall Be Treated Equally Except For Their Prices And Technical Records. Offerors Must Clearly Identify Any Exception To The Solicitation Terms And Conditions And Provide Complete Accompanying Rationale. The Evaluation Process Shall Proceed As Follows: price Evaluation. All Offerors Will Be Ranked According To Price In Order Of Lowest To Highest Based On Their Total Evaluation Price, Including Option Prices. An Offeror’s Total Price Will Be Determined By Adding Together The 12-month Price For The Line Items For Preventive Maintenance For The Base Year And Each Option Period. the 6-month Extension Of Services Is Iaw Far 52.217-8, "option To Extend Services" And Will Only Be Utilized If Necessary. The 6-month Extension Of Services Is Not Considered Part Of Option Period 4 And Will Be A Separate Option Exercise If It Is Utilized. However, Proposed Pricing For The 6-month Extension Will Be Based On Option Period 4 Pricing. technical Evaluation. Beginning With The Lowest Priced Offer, The Contracting Officer Will Seek Recent And Relevant Technical Information On All Offers Based On The References Provided By The Offeror, If The Lowest Priced Evaluated Offer Is Judged Technically Acceptable, Then That Offer Represents The Best Value For The Government And The Evaluation Process Stops At This Point. Award Shall Be Made To That Offeror Without Further Consideration Of Any Other Offers. If The Lowest Priced Offeror Is Not Judged Technically Acceptable, The Next Lowest Priced Offeror Will Be Evaluated, And The Process Will Continue (in Order By Price) Until An Offeror Is Judged Technically Acceptable Or Until All Offerors Are Evaluated. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, With Its Offer (attachment 3). discussions: The Government Intends To Award A Purchase Order Without Discussions With Respective Vendors. The Government However, Reserves The Right To Conduct Discussions/interchanges If Deemed In Its Best Interest. Communication Conducted To Resolve Minor Or Clerical Errors Will Not Constitute Interchanges And The Contracting Officer Reserves The Right To Award A Contract Without The Opportunity For Revision. The Government Reserves The Right To Hold Interchanges Using Interchange Notices (ins) If, During The Evaluation, It Is Determined To Be In The Best Interest Of The Government. Offeror Responses To Ins Will Be Considered In Making The Award Decision. The Government May Conduct Interchanges With One, Some, None, Or All Vendors At Its Discretion. cost Of Proposals: Expenses Incurred In The Preparation Of Proposals In Response To This Rfp Are The Vendor’s Sole Responsibility And Not Reimbursable By The Government. invoicing And Payment: Invoices Shall Be Submitted As A 2-in-1 Or Combo Invoice Via Wide Area Workflow (wawf) To A Wawf Acceptor That Will Be Identified In The Resulting Contract Per Dfars Clause 252.232-7006 Wide Area Work Flow. It Is The Contractor’s Responsibility To Register In The Wawf System In Order To Insure Prompt Payment. Once The Invoice Is Received In Wawf, The Acceptor Will Review And If Correct Accept It For Payment. applicable Provisions And Clauses: The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-07. The Government Intends To Include The Following Far And Dfar Clauses And Provisions, Either By Reference Or In Full Text In The Resulting Award. note: The Far And Dfars Clauses May Be Accessed In Full Text At Http://www.acquisition.gov/browse/index/far. provisions By Reference: 52.203-11 certification And Disclosure Regarding Payments To Influence Certain Federal Transactions sep 2007 52.204-7 system For Award Management oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.204-17 ownership And Control Of Offeror aug 2020 52.204-20 predecessor Of Offeror aug 2020 52.209-7 information Regarding Responsibility Matters oct 2018 52.209-11 representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law feb 2016 52.212-1 instructions To Offerors – Commercial Items dec 2021 52.212-3 offeror Representations And Certifications—commercial Items dec 2021 52.217-5 evaluation Of Options jul 1990 52.222-25 affirmative Action Compliance apr 1984 52.223-22 public Disclosure Of Greenhouse Gas Emissions And Reduction Goals – Representation dec 2016 52.225-25 prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran – Representation jun 2020 252.203-7005 representation Relating To Compensation Of Former Dod Officials nov 2011 252.204-7008 compliance Safeguarding Covered Defense Information Controls oct 2016 252.204-7016 covered Defense Telecommunications Equipment Or Services- Representations dec 2019 252.204-7017 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services- Representation may 2021 252.204-7019 notice Of Nist So 800-171 Dod Assessment Requirements nov 2020 252.204-7024 notice On The Use Of The Supplier Performance Risk System mar 2023 252.225-7974 representation Regarding Persons That Have Business Operations With The Maduro Regime (deviation 2020-o0005) feb 2020 clauses By Reference: 52.203-6 restrictions On Subcontractor Sales To The Government jun 2020 52.203-12 limitation On Payments To Influence Certain Federal Transactions jun 2020 52.204-9 personal Identity Verification Of Contractor Personnel jan 2011 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.204-19 incorporation By Reference Of Representation And Certifications dec 2014 52.204-21 basic Safeguarding Of Covered Contractor Information Systems nov 2021 52.209-2 prohibition On Contracting With Inverted Domestic Corporations nov 2015 52.209-6 protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarrment nov 2021 52.211-6 brand Name Or Equal aug 1999 52.212-1 instructions To Offerors-commercial Products And Commercial Services nov 2021 52.212-3 Alt I offeror Representations And Certifications- Commercial Products And Services Alternative I nov 2021 52.212-4 contract Terms And Conditions – Commercial Items dec 2021 52.226-8 encouraging Contractor Policies To Ban Txt Messaging While Driving may 2024 52.232-1 payments apr 1984 52.232-39 unenforceability Of Unauthorized Obligations jun 2013 52.232-40 providing Accelerated Payments To Small Business Subcontractors dec 2021 52.233-3 protest After Award aug 1996 52.233-4 applicable Law For Breach Of Contract Claim oct 2004 52.244-6 subcontracts For Commercial Items jan 2022 52.245-1 government Property jan 2017 52.245-9 use And Charges apr 2012 52.246-4 inspection Of Services – Fixed Price aug 1996 52.247-34 f.o.b. Destination nov 1991 52.249-2 termination For Convenience Of The Government (fixed Price) apr 2012 52.252-2 clauses Incorporated By Reference feb 1998 52.253-1 computer Generated Forms jan 1991 252.201-7000 contracting Officer’s Representative dec 1991 252.203-7000 requirements Relating To Compensation Of Former Dod Officials sep 2011 252.203-7002 requirement To Inform Employees Of Whistleblower Rights sep 2013 252.204-7002 payment For Contract Line Or Subline Items Not Separately Priced apr 2020 252.204-7003 control Of Government Personnel Work Product apr 1992 252.204-7004 dod Antiterrorism Awareness Training For Contractors feb 2019 252.204-7012 safeguarding Of Unclassified Controlled Technical Information dec 2019 252.204-7015 notice Of Authorized Disclosure Of Information To Litigation Support Contractors may 2016 252.204-7018 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services jan 2021 252.204-7020 nist Sp 800-171 Dod Assessment Requirements nov 2020 252.211-7003 item Unique Identification And Valuation mar 2016 252.211-7007 reporting Of Government Furnished Property aug 2012 252.223-7008 prohibition Of Hexavalent Chromium jun 2013 252.225-7001 buy American And Balance Of Payments Program dec 2017 252.225-7048 export-controlled Items jun 2013 252.227-7015 technical Data—commercial Items feb 2014 252.227-7037 validation Of Restrictive Markings On Technical Data sep 2016 252.232-7003 electronic Submission Of Payment Requests And Receiving Reports dec 2018 252.232-7006 wide Area Workflow Payment Instructions dec 2018 252.232-7010 levies On Contract Payments dec 2006 252.232-7017 accelerating Payments To Small Business Subcontractors—prohibition On Fees And Consideration apr 2020 252.244-7000 subcontracts For Commercial Items jan 2021 252.246-7008 sources Of Electronic Parts may 2018 252.247-7023 transportation Of Supplies By Sea – Basic feb 2019 incorporated By Full Text: The Following Provisions And Clauses In Full Text Have Been Separately Attached: 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment dec 2021 52.204-25 prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment dec 2021 52.204-26 covered Telecommunications Equipment Or Services – Representation oct 2020 52.212-5 contract Terms And Conditions Required To Implement Statues Or Executive Orders – Commercial Items jan 2022 52.217-8 option To Extend Services nov 1999 52.217-9 option To Extend The Term Of The Contract mar 2000 52.252-1 solicitation Provisions Incorporated By Reference feb 1998 52.252-2 clauses Incorporated By Reference feb 1998 52.252-5 authorized Deviations In Provisions nov 2020 52.252-6 authorized Deviation In Clauses nov 2020 questions And Inquiries Concerning This Rfp: All Questions And Inquiries Concerning Any Aspect Of This Requirement Must Be Submitted In Writing To Amanda Taylor And Tiffany Crayle, Amanda.j.taylor80.civ@us.navy.mil; Tiffany.l.crayle.civ@us.navy.mil. Telephone Requests Will Not Be Honored. Deadline For Submittal Of Questions Is December 2, 2024 At 4:00 Pm Est. The Government’s Response To Inquiries Will Be Made In Writing. Any Resulting Additions, Deletions Or Changes To The Rfp Will Be Updated On This Sam.gov Posting. please Note: A Proposal Does Not Constitute An Award; Therefore, An Obligation To Your Company Is Not Official Until You Receive An Awarded Contract. attachments: attachment 1: Statement Of Work attachment 2: Contract Data Requirement List (cdrls) attachment 3: Price Matrix attachment 4: Clauses And Provisions Incorporated By Full Text
STATE, DEPARTMENT OF USA Tender
Others
United States
Closing Date20 Mar 2025
Tender AmountRefer Documents
Details: The U.s. Embassy In Mexico City, Mexico, Has A Requirement For Packing And Moving Services To Relocate Embassy Operations To The New Office Building (nob), Located In Colonia Irrigación, Miguel Hidalgo, Cp 11500 In Mexico City, Mexico. Embassy Operations Are Currently Conducted At Four (4) Different Locations In Mexico City. Following The Completion Of Construction Of The Nob, The Equipment, Personal Effects, And Other Embassy Property At The Current Locations Shall Be Moved To The Nob. This Includes Moving Several Offices, Equipment, Workshops, Boxes, Among Others, To The Nob Address. the Contractor Shall Furnish All Managerial, Administrative, Direct Labor Personnel, Materials And Transportation As Well As Adhere To All Safety Requirements Per Local Law That Are Necessary To Accomplish All Required Services. the Anticipated Performance Period Is Within Four Months Of The Move Start Date Specified In The Contract. All Responsible Sources May Submit A Proposal, Which Will Be Considered As Long As It Complies With The Rfp Requirements. the Government May Award The Contract Based On The Initial Offer Without Discussion. The Resultant Contract Will Be A Single Award Firm Fixed-price Contract Payable Entirely In Mxp Currency. the Government Is Planning A Site Visit And Pre-proposal Conference And The Dates For This Conference Will Be In The Solicitation. Note That The Site Visit Is Expected To Span A Full 3 Days.each Day Will Detail Different Locations Involved In This Solicitation. pursuant To Far 4.1102(a) Offerors Are Required To Be Registered In Sam At The Time An Offer Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. Therefore, You Are Encouraged To Complete The Registration Process And Have An Active Account In Sam.gov Prior To Proposal Submission. the Guidelines For Registration In Sam Are Also Available At: https://sam.gov/content/entity-landing electronic Submission/responses: this Opportunity Allows For Electronic Responses. Please Submit Your Proposal Prior To The Response Date And Time.
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E.| Inspection Of Supplies--fixed-price (aug 1996)|2||| Inspection And Acceptance - Short Version|8|x||x|||||| Desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|2|301|clin 0001ab |2|301|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|w25g1u Qty 2; W62g2t Qty 2 |tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| Warranty Of Data--basic (mar 2014)|2||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| 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|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,assembly . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 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 Text Of This Contract/purchase Order 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=1909993 |78062| -|1n |d|0001 | -|49998|0054747 Drawing Data=20863-001 |78062| C| |d|0001 | C|49998|1705700 Document Ref Data=mil-std-130 | | |k |000115|a| | | Document Ref Data=mil-i-45208 | | |a |810724|a| 1| | Document Ref Data=iso9001 | | | |010417|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,assembly Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 20863-001 ; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130. 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 Spcc Contracting Officer Has Been 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, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The 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/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not Effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. 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 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material Will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The Contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting Officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of Contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are Located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A Polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The Requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A Component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface Ship Atmosphere. 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 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection System Acceptable To The Governmnet. The Inspection System Requirements Shall Be In Accordance With Mil-i-45208. 4.3 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. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During The Performance Of The Contract And For A Period Of Four Years 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. 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. 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. E. 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 F. 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 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
3061-3070 of 4538 active Tenders