Website Tenders
Website Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Nsn 7r-4920-015088197-ew, Ref Nr 37534-40035-20, Qty 4 Ea, Delivery Fob Origin. The Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Purchase This Part/contract Repair From Other Than The Current Source(s). The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Nsn 7r-5975-016098939-p8, Ref Nr 822-1211-001, Qty 12 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Nsn 7r-6625-015235916-qh, Ref Nr H364, Qty 7 Ea, Delivery Fob Origin. 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 As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted. Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Nsn 7r-1680-015204725-cb, Ref Nr 70850-22111-130, Qty 1 Ea, Delivery Fob Origin. This Part Must Be Acquired From/repaired By A Source(s)specified On A Source Control Or Selected Item Drawing As Defined By Thecurrent Version Of Dod-std-100. Suitable Technical Data, Government Data Rights, Or Manufacturing/repair Knowledge Are Not Available To Permit Acquisition From/repair By Other Sources, Nor Qualification Testing Of Another Part, Nor Use Of A Second Source Part In The Intended Application. Although, By Dod-std-100 Definition, Altered And Selected Items Shall Have An Adequate Technical Data Package, Data Review Discloses That Required Data Or Data Rights Are Not In Government Possession And Cannot Be Economically Obtained. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Research Institute For Tropical Medicine, Doh Tender
Healthcare and Medicine
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 83.1 K (USD 1.4 K)
Details: Description Request For Quotation Mode Of Procurement: Small Value Procurement Date: _____________ Pr No.: _____________ Rfq No.: _____________ Company/business Name: Complete Office Address: Business/mayor’s Permit No: Tin: The Research Institute For Tropical Medicine – Department Of Health, Through Its Bids And Awards Committee (bac), Intends To Procure The Below Mentioned Items Through The Above-mentioned Mode Of Procurement Based On The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You, Or Your Duly Authorized Representative Within Five (5) Days Which Shall Be Addressed To The Ritm Bids And Awards Committee. A)the Following Documents Are Required To Be Submitted Along With Your Formal Quotation: Documentary Requirement Remarks Valid And Current Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired Mayor’s Or Business Permit With The Official Receipt Of Renewal Application. However, A Copy Of The Latest Mayor’s Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. Valid And Current Certificate Of Platinum Membership With Valid Annex “a” May Be Submitted In Lieu Of The Mayor’s/business Permit Philgeps Registration/membership Bir Form 2303 Company Name Registered In Sec/dti/cda Must Be The Same Registered Name In Bir Form 2303. B)the Following Documents Shall Be Submitted By The Bidder Before The Issuance Of Notice Of Award: Documentary Requirement Remarks Duly Notarized Revised Omnibus Sworn Statement (10 Provisions) With Latest Rules On Notarial Practice Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 Note: Othe Pr # Shall Be Reflected In The Omnibus Sworn Statement Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Omnibus Sworn Statement Shall Be The Same/after The Issuance And Notarial Date Of The Authority Of The Signatory. Othe Authorized Representative Declared In The Omnibus Sworn Statement Shall Be In Congruent With The Submitted Authority Of The Signatory. Authority Of The Signatory Applicable For: Np-svp With Abcs Above P50,000.00 And Np-ec With Abcs Above P500,000.00 for Sole Proprietorship – Duly Notarized Special Power Of Attorney, If Signatory Is Other Than The Owner for Corporation – Duly Notarized Secretary’s Certificate for Partnership, Cooperative, Or Joint Venture – Duly Notarized Board/partnership Resolution, Whichever Is Applicable Note: Othe Pr # Shall Be Reflected In The Authority Of The Signatory Oone (1) Original Copy Must Be Submitted Othe Issuance And Notarial Date Of The Authority Of The Signatory Shall Be The Same/shall Come First Before The Issuance And Notarial Date Of The Omnibus Sworn Statement. Note: Incomplete Submission Of The Required Documents Will Be A Ground For Disqualification. For Any Clarification, You May Contact Us At The Contact Information Provided: Mae Marie E. Hernandez Bac Secretariat Head (632) 8807-2628 To 32 Loc. 210 And/or 240 E-mail Address: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph Website: Www.ritm.gov.ph Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. (1)do Not Alter The Contents Of This Form In Any Way. (2)the Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. (3)all Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. (4)quotations May Be Submitted Through Electronic Mail At: Procurement@ritm.gov.ph / Procurement_02@ritm.gov.ph. (5)quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. Terms And Conditions: bidders Shall Provide Correct And Accurate Information Required In This Form. any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable – If Applicable. quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. in Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Ritm-bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Ritm May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Available To The Procuring Entity. Technical Offer/proposal: After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Technical Proposals/quotations For The Item/s As Follows: Item # Qty/ Unit Item Description Supplier’s Compliance (indicate Brand And/or Model, Including Complete Specifications To Be Offered - Applicable) 1 36/bottle Reagent, Xylene, 99.8%, Analytical Grade, 2.5 L/bottle General Requirements: •product Brochure/product Information Sheet •certificate Of Analysis Financial Offer/proposal: Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free: Item # Qty/ Unit Item Description Abc Price Proposal Unit Cost Price Proposal Total Cost 1 36/bottle Reagent, Xylene, 99.8%, Analytical Grade, 2.5 L/bottle General Requirements: •product Brochure/product Information Sheet •certificate Of Analysis 83,160.00 Delivery Period: Thirty (30) Calendar Days Total Offered Quotation In Words: ______________ In Figures: ______________ Price Validity: ________________ Payment Terms: Thirty (30) Calendar Days Payment Details: Banking Institution: _________________________________________________ Account Number: __________________________________________________ Account Name: _________________________________________________ Branch: _________________________________________________ Note: Only The Actual Amount Of The Accepted Items Shall Be Paid. ___________________________ Signature Over Printed Name Of Authorized Representative ___________________________ Position/designation ___________________________ Office Telephone/fax/mobile Nos. ___________________________ Email Address/es
DEPT OF THE ARMY USA Tender
Telecommunication Services
United States
Closing Date2 Apr 2025
Tender AmountRefer Documents
Details: (ii) The Solicitation Number Is W91rus25q0006. This Solicitation Is A Request For Quote (rfq) Iaw Far Parts 12 And 13. (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-019. (iv) The Applicable Naics Code Is 517111 And The Small Business Size Standard Is Less Than 1500 Employees. This Acquisition Is Not Set-aside For Small Businesses. (v) The Contract Line Item Numbers And Items, Quantities And Unit Of Issue Are Identified On The Attached Pricing Schedule. The Contract Scope And Requirements Are Described In The Attached Statement Of Work (sow). The Statement Of Work Is Available Under The Attachments Section Below. (vi) This Request For Quote (rfq) Is For The Local Voice And Data Circuits Listed In Appendix 10 Of The Statement Of Work For The Sddc Location In Beaumont, Tx. (vii) Performance Periods: installation/cut-over (clin 0001)
base Year, 12 Months (clin 0002) (viii) Provision 52.212-1, Instructions To Offerors - Commercial, Applies To This Acquisition Including The Following Addendum: 52.212-1 Addendum (b) Submission Of Offers. (13) Quotations Will Only Be Accepted From Facilities-based Incumbent And Competitive Local Exchange Carriers Certified By The State Of Texas To Provide Local Exchange Services. Quotations That Include Terms And Conditions Other Than Those In The Request For Quotations Will Be Considered Non-responsive And Not Considered For Award And The Us Army Will Not Incorporate Special Terms And Conditions Into The Resulting Firm-fixed Price Contract. Quotations That Take Exception To The Clauses Required By The Far And Dfars Will Be Considered Non-responsive And Will Not Be Considered For Award. (14) Submit Quotations Via E-mail To The Contracting Officer Not Later Than The Response Date And Time Specified In The Announcement. (15) Submit The Following With Each Quotation: contracting Information (a) The Unique Entity Identifier (uei) Number Of The Offeror Registered In The System For Award Management (sam). (b) Proof The Offeror Is A Facilities-based Carrier Certified To Provide Local Exchange Services Within The State Of Texas. Quotations Will Only Be Accepted From Facilities-based Carriers Certified To Provide Local Exchange Services. (ii) Pricing. Submit A Completed Copy Of The Attached Price Quotation Spreadsheet Including The Offeror's Prices And All Applicable Taxes, Fees And Surcharges. Unit Prices Must Be Limited To Two Decimal Places. Identify Non-priced Slins By Entering Nsp Or Nc In The Unit Price. The Us Army Is A Federal Government Entity, And As Such, Is Exempt From Certain Taxes. Offerors Must Identify And Include The Quantity And Amounts Of All Applicable Taxes, Fees And Surcharges On The Pricing Schedule. Quotations Should Not Include Any Taxes From Which The Federal Government Is Exempt. (ii) Technical Solution. A Detailed Narrative And Network Diagram Describing The Offeror's Facilities, Network, And Infrastructure To Deliver All Of The Circuits In The Statement Of Work To The Demarcation Locations. Technical Solutions That Do Not Include All Of The Circuits Required In The Statement Of Work Will Not Be Accepted. Long Distance Charges Are Not Within Scope Of This Requirement And Technical Solutions That Do Not Allow The Us Army To Designate Disa's Mandatory Long Distance Provider As The Primary Interchange Carrier (pic) In Accordance With The Statement Of Work Are Not Technically Acceptable. (iii) Past Performance Information. Provide Information From Recent Contracts Performed Within The Last Three (3) Years, Which Are Considered Relevant In Demonstrating Ability To Perform Local Exchange Services Involving Similar Scope, Magnitude Of Effort, And Complexities As The Services Described In This Solicitation. Include The Following Administrative Data For Each Referenced Contract Submitted: Offeror's Company Name; Contracting Agency; Contract Number; Brief Description Of Contract; Contract Type (i.e., Fixed Price, Time And Material, Etc.); Period Of Performance, Identification Of Any Significant Achievements Or Past Problems And Resolution; And Name, Address, Telephone Number, And Email Address Of Program Manager And Contracting Officer. period Of Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 90 Days From The Date Specified For Receipt Of Quotations. multiple Awards. This Award Shall Be Made On An All Or None Basis. Offerors Must Provide A Quotation To Provide All Of The Circuits In The Statement Of Work, Appendix 10. Quotations That Do Not Include All Of The Circuits Required In The Statement Of Work Will Not Be Considered. end Of 52.212-1 Addendum (viiii) Provision 52.212-2, Evaluations, Applies To This Acquisition Including The Following Addendum: addendum To Far 52.212-2 (a) The Government Will Award A Firm-fixed Price Contract 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: price The Total Amount For The Base Year And All Option Years Will Be Evaluated From The Pricing Schedule. technical Capability - Acceptable Is Defined As A Quotation That Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable Is Defined As A Quotation That Does Not Clearly Meet The Minimum Requirements Of The Solicitation. past Performance - The Government Will Conduct An Evaluation And Review Of All Recent Past Performance Data Obtained To Determine How Closely The Work Performed Under These Efforts Relates To The Proposed Effort And How Well That Work Was Performed. The Offeror Shall Consider The Requirements Contained In Far Clauses 52.212-1 When Submitting Their Past Performance References. Past Performance Shall Be Evaluated Based On How Recent, Relevant And The Quality Of Services Rendered. To Consider Relevancy And Quality The Past Performance Evaluation Will Consider All Aspects Of An Offerors' Past Performance. For Purposes Of This Evaluation, Recent Is Defined As Contracts Performed Within The Past Three (3) Years From The Issuance Date Of The Solicitation. This Factor Will Be Rated As Acceptable Or Unacceptable. Acceptable Is Defined As The Pass Performance Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable Is Defined As The Past Performance Does Not Clearly Meet The Minimum Requirements Of The Solicitation. (x) Offerors Are Encouraged To Complete All Representations And Certifications Electronically At The System For Award Management Website Located At Url Https://sam.gov/ . If Not Completed On-line, Offerors Must Include A Completed Copy Of The Provisions At Far 52.212-3, Which Can Be Obtained At Https://www.acquisition.gov/browse/index/far, Far Part 52 Or Online At Https://sam.gov/. (xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition To Include The Following Addenda: 52.212-4 Addendum (w) Continuity Of Services And Option To Extend Telecommunication Services. (1) For All Services Required On This Contract, The Contractor Shall Continue To Provide Services Until A Release Date Is
established By The Government As A Result Of Competition (cutover Complete) Or Termination (including Termination For Cause Or Government Convenience). (2) The Contractor Recognizes That The Services Under This Contract Are Vital To The Government And Must Be Continued Without Interruption And That, Before Contract Expiration, A Successor, Either The Government Or Another Contractor, May Continue Them. The Contractor Agrees To - (i) Provide Transitioning Of Services During Cutover Period Without Termination Liability Charges; (ii) Exercise Its Best Efforts And Cooperation To Effect An Orderly And Efficient Transition. The Contractor Shall (i) Provide Transitioning Of Services During Cutover Period Without Termination Liability Charges; (ii) Exercise Its Best Efforts And Cooperation To Effect An Orderly And Efficient Transition To A Successor; And (iii) Notify The Government Of Any Services Not Cutover After Contract Expiration. end Of 52.212-4 Addendum (xii) Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, Applies To This Acquisition. In Addition, The Following Far/dfars/affars Clauses/provisions, Either By Reference Or Full Text, Apply (clauses May Be Obtained Via The Internet At Https://www.acquisition.gov/browse/index/far): 52.204-7 System For Award Management
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards.
52.204-13 System For Award Management Maintenance
52.204-16 Commercial And Government Entity Code Reporting
52.204-18 Commercial And Government Entity Code Maintenance
52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment.
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations.
52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
52.217-8 Option To Extend Services
52.225-13 Restrictions On Certain Foreign Purchases.
52.232-18 Availability Of Funds
52.232-23 Assignment Of Claims
52.232-33 Payment By Electronic Funds Transfer-system For Award Management.
52.232-39 Unenforceability Of Unauthorized Obligations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors.
52.233-1 Disputes
52.233-3 Protest After Award.
52.233-4 Applicable Law For Breach Of Contract Claim.
52.237-3 Continuity Of Services
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights.
252.203-7003 Agency Office Of The Inspector General
252.204-7003 Control Of Government Personnel Work Product.
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting.
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support.
252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism.
252.225-7001 Buy American And Balance Of Payments Program.
252.225-7002 Qualifying Country Sources As Subcontractors.
252.225-7012 Preference For Certain Domestic Commodities.
252.225-7048 Export-controlled Items.
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports.
252.232-7006 Wide Area Workflow Payment Instructions.
252.232-7010 Levies On Contract Payments.
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel.
252.239-7002 Access.
252.239-7004 Orders For Facilities And Services.
252.239-7005 Rates, Charges, And Services.
252.239-7006 Tariff Information.
252.239-7007 Cancellation Or Termination Of Orders.
252.239-7008 Reuse Arrangements.
252.239-7018 (dev) Supply Chain Risk (deviation 2018-o0020).
252.243-7001 Pricing Of Contract Modifications.
252.244-7000 Subcontracts For Commercial Items 52.252-1, Solicitation Provisions Incorporated By Reference, Feb 1998. For Purposes Of This Provision, The Fill-in Is Completed As Follows: Https://www.acquisition.gov/browse/index/far
52.252-2, Clauses Incorporated By Reference, Feb 1998. For Purposes Of This Clause, The Fill-in Is Completed As Follows: Https://www.acquisition.gov/browse/index/far
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Others...+1Electrical and Electronics
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents
Details: Solicitation the Federal Bureau Of Prisons (fbop) Is Issuing Solicitation 15bfa025b00000009 For The Award Of A Firm-fixed-price Construction Contract For A Project Entitled Replace Chiller #3 At The Federal Correctional Complex (fcc Pollock), Located In Pollock, Louisiana. fcc Pollock Is A Federal Correctional Facility Located At 1000 Airbase Road, Pollock, La 71467. The Project Consists Of The Following: 1. Remove The Existing Chiller And Replace With A New Chiller Which Must Operate With R1233zd Or R514a Refrigerants And Must Be Capable Of Operating At A 0.45 Kw/ton Efficiency. It Must Have The Capability To Have An Operating Temperature Of 34 Degrees F, Without The Usage Of Glycol And A Capacity Of 770 Tons At 60/50 Hz. see The Statement Of Work/specifications Attachment Included With The Solicitation Posting For The Complete Requirements Of The Work. the Performance Period For The Project Will Be 364 Calendar Days From Issuance Of The Notice To Proceed. the Naics Code For This Requirement Is 238220 With A Corresponding Small Business Size Standard Of $19 Million. Pursuant To Federal Acquisition Regulation (far) 36.204, The Estimated Magnitude Of The Project Lies Between $500,000.00 And $1,000,000.00. (note: This Range Is One Of 8 Available Ranges From Far 36.204 And Is Not Meant To Imply That The Project Has Necessarily Been Estimated/budgeted To The Maximum Of The Selected Range. It Merely Conveys That The Estimate/budget Lies Somewhere Within That Range.) the Solicitation Will Be Distributed Solely Through The Contract Opportunity Website At Https://www.sam.gov. Hard Copies Of The Solicitation Will Not Be Made Available. The Website Provides Download Instructions. the "sensitive /secure Package Upload" Option Will Be Selected For This Procurement. All Secure/locked Documents Uploaded, To Include The Solicitation, Will Require An Active Sam Vendor Registration To Obtain Access. In Addition, Only Those Vendors Who Have Been Issued A Valid Marketing Partner Identification Number (mpin) From Www.sam.gov Will Be Granted Access. If Your Firm Does Not Have The Naics Code Listed In Www.sam.gov Required For This Solicitation, An Email May Be Forwarded To Your Firm Requesting An Explanation As To Why Your Firm Should Be Granted Access. if You Encounter Problems Accessing These Documents, Please Contact The Federal Service Desk At 866-606-8220. All Future Information About This Solicitation, Including Any Amendments, Will Also Be Distributed Solely Through This Website. Interested Parties Are Responsible For Continuously Monitoring This Website To Ensure That They Have The Most Recent Information About This Proposed Contract Action. important: Any Contractor Interested In Obtaining A Contract Award With The Federal Bureau Of Prisons Must Be Registered In Https://www.sam.gov. In Order To Qualify For Award, Your Business Size Metrics Information Entered In Your Www.sam.gov Sam Registration Must Be Less Than Or Equal To The Size Standard Specified Above. each Bidder's Www.sam.gov Registration Will Be Reviewed By The Government To Confirm That Your Business Size Meets The Small Business Size Standard Requirement. All Bidders Are Urged To Double Check Their Www.sam.gov Registration And Update As Necessary, Including The Size Metrics Information. this Is A 100 Percent Small Business Set-aside. You Must Be Registered In Www.sam.gov As A Small Business For The Applicable Naics Code (see Far Provision 52.219-1 In The Representations & Certifications Section Of Your Www.sam.gov Registration).
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents
Description: Contact Information|4|n742.18|er6|n/a|elizabeth.m.clammer.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001, See Specifications Section C And Section E.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
production Lot Testing|1||
inspection And Acceptance - Short Version|8|x||x||||||
desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|10|210 Days|clin 0001ab|10|210 Days|clin 0001ac|25|210 Days|clin 0001ad|26|210 Days||||||||||||||||||
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, W62g2t, W25g1u, W62g2t|tbd|n/a|n/a|n/a|n/a|n/a|n/a|see Form Dd1423.||
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|||
first Article Approval--contractor Testing (sep 1989)|10|one (1)|0001aa|30 Days|tbd|lizz Clammer - Elizabeth.m.clammer.civ@us.navy.mil|tbd|0001aa|tbd|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||x||||||||||||
small Business Program Representations (feb 2024)|4|335313|1250|||
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|335313|1250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
evaluation Of First Article Testing|3|||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 In The 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 Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of Thefacility.
5. 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.
6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page Under Contract Opportunities On Sam.gov Website. After Requesting Access, Send An Email To The Poc Listed On The Solicitation.
7.this Solicitation Requires First Article Testing (fat). See Far 52.209-3 First Article Approval - Contractor Testing For More Details.
1. Scope
1.1 ;this Procurement Specification Contains The Requirements For Manufacture And The Contract Quality Requirements For ;an/brr-6 Proximity Sensor Seated Switch Unit; For Use On Navy Submarines.;
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The 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=8590854 |53711| -| |d|0001 | -|49998|0080043
drawing Data=8590860 |53711| A| |d|0001 | A|49998|0155852
document Ref Data=mil-std-130 | | |n |121116|a| |01|
document Ref Data=mil-dtl-915 | | |g |020822|a| | |
document Ref Data=mil-dtl-915 |0008| |h |020822|a| | |
document Ref Data=mil-std-973 | | | |950113|a| 3| |
document Ref Data=iso 9001 | | | |150915|a| | |
document Ref Data=iso 10012 | | | |030415|a| | |
document Ref Data=mil-m-24041 | | |c |810817|a| | |
document Ref Data=mil-dtl-24231 | | |e |130426|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a|1 | |
document Ref Data=ncsl Z540.3 | | | |060803|a| | |
document Ref Data=a-a-56032 | | |d |030321|a| | |
document Ref Data=eia-649c 2/19 | | | | |a| | |
document Ref Data=sae-ams2817g - 11/2016 | | | | |a| | |
document Ref Data=sae-as23053/5a - 11/2018 | | | | |a| | |
document Ref Data=navsea S9320-am-pro-020/mldg | | |2 |990801|a| | |
document Ref Data=navsea S9320-am-pro-030/mldg | | |3 |050201|a| | |
document Change Data=ams-dtl-23053/5b |sae-as23053/5a
document Change Data=ams-2817 |sae-ams2817g
document Change Data=mil-c-24231d |mil-dtl-24231e
3. Requirements
3.1 ;design And Manufacturing - The ;an/brr-6 Proximity Sensor Seated Switch Unit; Furnished Under This Contract/purchase Order Shall Meet The Material, Electrical, Mechanical, Physical And Test Requirements As Specified On Drawings 8590860 (consisting Of
item Numbers 1 Thru 8) And 8590854, Attachment-a (electrical Test Procedure), Navsea Manuals S9320-am-pro-030/mldg And S9320-am-pro-020/mldg And Including Associated Specifications Mentioned In This Procurement. ;
3.1.1 ;as Required By Note 4 Of Drawing 8590860, Item Number 4 Must Be Treated As A Connector When Referencing Drawing 8590854.;
3.1.2 ;the Switch (item No. 4 Of Drawing 8590860) Surface Preparation, Application And Inspection Of Non-conductive Coating (plasma Coating) Shall Be In Accordance With Navsea Manual S9320-am-pro-030/mldg As Specified On Drawing 8590854. ;
3.1.3 ;the Polyurethane Molding Compound Type Ii, Color Amber Shall Be In Accordance With Mil-m-24041 Requirements As Specified On Drawing 8590860.;
3.1.4 ;all Outboard Molded Cable Assemblies Shall Be Manufactured And Tested In Accordance With Navsea Manual S9320-am-pro-020/mldg Requirements As Specified On Drawings 8590860, Note 3 And 8590854, Note 4; Including Attachment-a (electrical Test Procedure).
3.2 ;vendor Qualification. As Required By Drawing 8590854:;
3.2.1 ;only Vendors Which Are Qualified, Per The Audit Requirements Of Navsea Manual S9320-am-pro-020/mldg Appendix Ii-a And Listed On The Approved Vendors Lists In Appendix Ii-a Of Navsea Manual S9320-am-pro-020/mldg, Shall Be Authorized To Fabricate
submarine Outboard Cable Assemblies. ;
3.2.2 ;metal Plug Bodies Surface Preparation Is Only By Vendors Which Are Qualified, Per Audit Requirements Of Navsea Manual S9320-am-pro-030/mldg Appendix Iii-h, And Listed On The Approved Vendors Lists In Appendix Iii-i Of Navsea Manual
s9320-am-pro-030/mldg, Shall Be Authorized To Fabricate Non-conductive Plasma Sprayed Ceramic Coated Submarine Outboard Connector Metal Plug Bodies. ;
3.3 ;marking Requirements - The Supplier Shall Permanently Mark And Identify Each First Article And Production Lot Unit ;proximity Sensor Seated Switch; In Accordance With Note 8 Of Drawing 8590860 Per Mil-std-130.;per Note 7 Of Drawing 8590860,the Supplier
shall Contact Jason Krol, Jason.a.krol2.civ@us.navy.milof Nswc Philadelphia Division For Component Serialnumber Information.;;
3.3.1 ;the Supplier Shall Mark ;tag Or Bag; All Piece Parts With Contract, Drawing/ Item, Heat, Lot Or Batch And Serial Number Per Mil-std-130 Until Installed In The Designated Assembly.;
3.4 ;first Article Testing/inspection - (supplier Testing/inspection). The First Article Testing /inspection Procedure And Approval Are Required For ;proximity Sensor Seated Switch Unit;.government Approval Is Required Prior To Commencement Of First Article
unit.;
3.5 ;notification - The Supplier Shall Notify Naval Surface Warfare Center, Philadelphia Division, (nswcpd), 5001 S. Broad Street, Philadelphia, Pa 19112-1403 By Email Matthew.j.ogilvie.civ@us.navy.mil, Code 242mo After Award Of Contract.;
3.5.1 ;the Nswcpd Is The Acceptance Activity For The Contract Data Requirements List (dd1423) Data Items. Nswcpd Wawf/irapt ;acceptor; Dodacc Is ;n64498;.;
3.6 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.6.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until
another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted,
the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor.
3.7 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.
4.4 ;inspection System - The Supplier's Quality Inspection System Shall Be In Accordance With Mil-i-45208 Or Iso 9001 And Ncsl Z540.3 Or Iso 10012.the Supplier Shall Develop And Submit Their Written Quality Inspection And Test Plan As Indicated On The
contract Data Requirements List (dd Form 1423). Government Approval Of The Supplier's Written Quality Inspection And Test Plan Is Required By The Contract.
cdrl: Quality Inspection & Test Plan Per Mil-i-45208, Ncsl Z540.3 And Di-qcic-81110 ;
4.5 ;finished Edges - Finished Shall Be In Accordance With The Applicable Drawing Requirements.;
4.6 ;material Control - The Supplier Shall Have An Effective Material Control System That Provides For The Control Of Materials By Heat, Lot Or Batch As Ordered For First Article And Production Lot Units. ;
4.7 ;first Article Testing/inspection - (supplier Testing/inspection). The Supplier Shall Perform First Article Testing/inspection On ;proximity Sensor Seated Switch Unit; In Accordance With The Applicable Drawings, Specifications,attachment-a (electrical
test Procedure), Navsea Manuals S9320-am-pro-030/mldg And S9320-am-pro-020/mldg, And Their Approved First Article Procedure.;
4.7.1 ;the First Article Inspection Shall Be Made By The Cognizant Dcma-qar At The Supplier's And/or Subcontractor Facility. The Supplier Shall Notify Nswcpd, Code 242mo Two Weeks In Advance Prior To The Scheduled First Article Testing/inspection, So An
nswcpd Representative Has The Option Of Being Present During The First Article Testing/inspection.;
4.8 ;first Article Approval For Testing/inspection Procedure And Acceptance - (supplier Testing/inspection). The Supplier Shall Prepare And Submit Their First Article Testing/ Inspection Procedure For ;proximity Sensor Seated Switch Unit; In Accordance With
the Requirements Of Di-ndti-80603,the Applicable Drawings, Specifications, Attachment-a (electrical Test Procedure), Navsea S9320-am-pro-030/mldg And S9320-am-pro-020/mldg, And As Indicated On Thecontract Data Requirements List (dd Form 1423).government
approval Of The Of Procedure Is Required Prior To Commencement Of First Article Unit.
cdrl: First Article Testing/inspection Procedure Per Di-ndti-80603a;
4.9 ;first Article Testing/inspection- The Supplier Shall Perform 100% Examination, Inspection And Testing On The Completed First Article ;proximity Sensor Seated Switch; Unit (bulk Cable/ Component Parts/unit) In Accordance With The Applicable Drawings,
attachment-a (electrical Test Procedure), Navsea S9320-am-pro-020/mldg And S9320-am-pro-030/mldg, And Their Approved First Article Procedure. The Supplier Shall Record The Actual Measurements And Results Of Each Examination, Inspection And Test In Attachment-a
(electrical Test Procedure), Navsea S9320-am-pro-020/mldg And S9320-am Pro-030/ Mldg, And Each Dimension Identified On The Applicable Drawing. ;
4.9.1 ;the Supplier Shall Visually Inspect And Perform Electrical Continuity And Dc Insulation Resistance Testing 100% On The ;bulk Cable Type Dss-2; In Accordancewith Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Including
appendix Iid (data Sheets Ds1,ds2 And Ds3) Requirements.;
4.9.2 ;the Supplier Shall Visually And Physically Inspect 100% The Switch And Connector (item Nos. 4 And 5 Of Drawing 8590860) In Accordance With Navsea S9320-am-pro-020/ Mldg Requirements.;
4.9.3 ;the Supplier Shall Verify And Inspect 100% The Switch Proximity (item No.4 Of Drawing 8590860)surface Has Been Prepared And Plasma Coated In Accordance With Navsea S9320-am-pro-030/mldg Requirements.;
4.9.4 ;the Supplier Shall Visually And Physically Inspect 100% The Completed Unit Of Each Dimension And Keyway Location/position Identified On Drawing 8590860 Including The Identification And Markings Required By Note 8 Of The Drawing.;
4.9.5 ;the Supplier Shall Visually Inspect 100% The Molded Switch Proximity And Plug Connector On The Completed Unit In Accordance With Navsea S9320-am-pro-020/mldg Requirements.;
4.9.6 ;the Supplier Shall Perform 100% Electrical Continuity Test On The Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Including Appendix Iid (data Sheets Ds1, Ds2 And Ds3) Requirements.;
4.9.7 ;the Supplier Shall Perform 100% Insulation Resistance Test On The Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.;
4.9.8 ;the Supplier Shall Perform 100% Nondestructive Bonding Test On Molded Switch Proximity And Plug Connector On The Completed Unit In Accordance With Navsea S9320-am-pro-020/ Mldg Requirements.;
4.9.9 ;the Supplier Shall Perform 100% Hydrostatic Pressure Test On The Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.;
4.10 ;first Article Testing/inspection Reports And Acceptance - (supplier Testing/ Inspection). The Supplier Shall Submit For Completed First Article Unit ;proximity Sensor Seated Switch; Testing/inspection Reports In Compliance With The Requirements Of
di-ndti-80603, The Applicable Drawings, Specifications, Attachment-a (electrical Test Procedure), Navsea Manuals S9320-am-pro-020/mldg And S9320-am-pro-030/mldg.the Report Shall Also Include A Copy Of ;certificate Of Conformance For Plasma Coating, Polyurethane
molding Compound, Back Fill And Primer; Certificate Of Compliance For Switch Proximity, Connector, Nut, O-ring And Polychloroprene Material (per Mil-dtl-915);bulk Cable Inspection/test Report (type Dss-2 Per Mil-dtl-915/8); Identified In The Objective Quality
evidence Records Section Of This Document, And As Indicated Contract Data Requirements List (dd Form 1423).government Approval Of The Firstarticle Testing/inspection Report Is Required Prior To Commencement Of Production Units.
cdrl: First Article Testing/inspection Report Per Di-ndti-80809b;
4.11 ;production Lot. ;
4.12 ;bulk Cable - The Supplier Shall Perform 100% Examination, Inspection And Testing On The Production Lot (bulk Cable, Type Dss-2) In Accordance With The Applicable Requirements Listed In Specification Mil-dtl-915/8 (quality Conformance Inspection) Basic
electrical, Groups A, B And C. The Supplier Shall Record The Actual Measurements And Results Of Each Examination, Inspection And Test Specified In The Applicable Specification.;
4.13 ;proximity Sensor Seated Switch Unit The Supplier Shall Perform 100% Examinationinspection And Testing On Each Completed Production Lot Unit (bulk Cable/component Parts/ Unit) In Accordance With The Applicable Drawings, Attachment-a (electrical Test
procedure), Navsea S9320-am-pro-020/mldg And S9320-am-pro-030/mldg. The Supplier Shall Record The Actual Measurements And Results Of Each Examination, Inspection And Test In Attachment-a (electrical Test Procedure), Navsea S9320-am-pro-020/mldg And
s9320-am-pro-030/mldg, And Each Dimension Identified On The Applicable Drawings. ;
4.13.1 ;the Supplier Shall Visually Inspect And Perform Electrical Continuity And Dc Insulation Resistance Testing 100% On The ;bulk Cable, Type Dss-2; In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.;
4.13.2 ;the Supplier Shall Visually And Physically Inspect 100% Each Switch Proximity And Connector (item Nos. 4 And 5 Of Drawing 8590860) In Accordance With Navsea S9320-am-pro-020/mldg Requirements.;
4.13.3 ;the Supplier Shall Verify And Inspect 100% Each Switch Proximity (item No. 4 Ofdrawing 8590860) Surface Has Been Prepared And Plasma Coated In Accordance Withnavsea S9320-am-pro-030/mldg Requirements.;
4.13.4 ;the Supplier Shall Visually And Physically Inspect 100% Each Completed Unit Of Each Dimension And Keyway Location/position Identified On Drawing 8590860 Including The Identification And Markings Required By Note 8 Of The Drawing.;
4.13.5 ;the Supplier Shall Visually Inspect 100% The Molded Switch And Plug Connector On Each Completed Unit In Accordance With Navsea S9320-am-pro-020/mldg Requirements.;
4.13.6 ;the Supplier Shall Perform 100% Electrical Continuity Test On Each Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.;
4.13.7 ;the Supplier Shall Perform 100% Insulation Resistance Test On Each Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.;
4.13.8 ;the Supplier Shall Perform 100% Nondestructive Bonding Test On Molded Switch Proximity And Plug Connector On Each Completed Unit In Accordance With Navsea S9320-am-pro-020/ Mldg Requirements.;
4.13.9 ;the Supplier Shall Perform 100% Hydrostatic Pressure Test On Each Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.;
4.13.10 ;the Supplier Shall Conduct Pre-shipment Inspection And Verification Of Connector O-ring's (item No. 8) Is Individually Packed And Shipped With Unit In Accordance With Note 2 Of Drawing 8590860 And Navsea S9320-am-pro-020/mldg. ;
4.13.11 ;production Lot Testing/inspection Report And Acceptance - (supplier Testing/ Inspection).the Supplier Shall Submit For The Completed Production Units ;proximity Sensor Seated Switch; Testing/ Inspection Reports In Compliance With The Applicable Data
item Descriptions (dids), Drawings And Specifications,attachment-a (electrical Test Procedure), Navsea Manuals S9320-am-pro-020/mldg And S9320-am-pro-030/mldg. The Production Lot Testing/ Inspection Report Shall Consist Of ;bulk Cable Inspection/test Report
(type Dss-2 Per Mil-dtl-915/8); Certificate Of Conformance For Plasma Coating, Polyurethane Molding Compound, Back Fill And Primer; Certificate Of Compliance For Switch Proximity, Connector, Nut, O-ring And Polychloroprene Material (per Mil-dtl-915); Bulk Cable
inspection/test Report (type Dss-2) Per Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg; Proximity Sensor Seated Switch Unit Inspection/test Report Per Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg And
mercury Exclusion Certification; Identified In The Objective Quality Evidence Records Section Of This Document, And As Indicated On The Production Lot Test/inspection (plt) Contract Data Requirements List (dd Form 1423).government Approval Of The Production Lot
testing/inspection Report Is Required Prior To Shipment Of Production Lot Units.
cdrl: Production Lot Testing/inspection Report Per Di-ndti-80809b;
4.14 ;production Lot Inspection/acceptance - (supplier Testing/inspection). The Supplier Shall Submit For The Production Lot Units, The Inspection And Test Reports Identified In The Objective Quality Evidence Records Section Of This Document And As
indicated On The Production Lot Testing/ Inspection (plt) Contract Data Requirements List (dd Form 1423). Government Approval Is Required Prior To Shipment Of Production Units. ;
4.15 ;final Inspection And Acceptance - Final Inspection And Acceptance Of Production Lots Shall Be Made By The Cognizant Dcma-qar In Conjunction With The Specific Government Inspection Instructions (sgiis) Furnished By Nswcpd. In Addition To The Normal
dcma Surveillance, The Production Unit(s) Shall Be Under The Surveillance Of Nswcpd Quality Assurance Specialist As Required.;
4.16 ;objective Quality Evidence Records - The Supplier Shall Maintain Objective Quality Evidence Data (oqeds) Of Raw Material And Finished Parts Of ;an/brr-6 Proximity Sensor Seated Unit;. Records Shall Be Traceable By Drawing/item, Bulk Cable Master Reel,
heat, Lot Or Batch, Serial And Contract Number. All Oqeds Shall Shall Be Clearly Legible Including Name And Title. The Supplier May Provide Exact (quality) Photocopies Of Objective Quality Evidence Records Being Delivered Under This Purchase Order Instead Of
originals.;
4.16.1 ;the Supplier Shall Furnish A Copy Of The Following Oqeds Listed Below And As Indicated On The Contract Data Requirements List (dd Form 1423) For Acceptance. The Reports Shall Be Correlated To The Drawing/item, Heat, Lot Or Batch, Contract And
assembly Serial Number. Supplier Format Is Acceptable For The Below Listed Cdrls.
a. The Supplier Shall Submit Production Bulk Cable (type Dss-2, Dwg. 8590860, Item #3) Examination, Inspection And Test Reports In Accordance With Specification Mil-dtl-915/8 (quality Conformance Inspection) Basic Electrical, Groups A, B And C. The Reports
shall Show All The Characteristics, The Actual Measurement And Results Of Each Examination, Inspection And Testing Units Tested Including Contract Number, Name Of Supplier, Specification Number/date, Bulk Cable Master Reel, Manufacturer Part, Test Start And
stop Times, Gauge Serial Number, Gauge Calibrated Date/due Date Of Finished Bulk Cable, Item Nomenclature And Inspector?s Acceptance Signature And Date.
cdrl: Bulk Cable (type Dss-2/mil-dtl-915/8) Inspection/test Report Per Di-ndti-80809b
b. Certificate Of Conformance For:
(1) Plasma Coat (certifying Drawing 8590860, Item No. 4 Has Been Plasma Coated Per Drawing And Navsea S9320-am-pro-030/mldg Requirements).
(2) Polyurethane Molding Compound Material Type Ii, Color Amber (certifying Material, Type And Color Has Not Exceeded The Shelf Life Recommended By The Manufacturer As Required By Mil-m-24041).
(3) Back Fill Material And Primer Per Navsea S9320-am-pro-020/mldg (certifying Material And Type Has Not Exceeded The Shelf Life Recommended By The Manufacturer). Cdrl: Certificate Of Conformance Per Di-misc-82386
c.certificate Of Compliance For:
(1) Switch Proximity (certifying Item No. 4 To Drawing 8590860 And The Applicable Manufacture Part Number Requirements).
(2) Connector (certifying Item No. 5 To Drawing 8590860 And The Manufacture Part Number Xsj-2-ccr Requirements).
(3) Nut (certifying Item No. 7 To Drawing 8590860 And The Applicable Manufacture Part Number Requirements).
(4) O-ring (certifying Item No. 8 To Drawing 8590860 And The Manufacture Part Number 5-058-n674-70 Requirements).
(5) Polychloroprene Material (certifying Material To Drawing 8590854 And Mil-dtl-915 Requirements).
cdrl: Certificate Of Compliance Per Di-misc-82386
d. The Supplier Shall Submit Production Bulk Cable (type Dss-2/dwg. 8590860, Item #3) Examination, Inspection And Test Reports (consisting Of Visual Inspection, Electrical Continuity Test And Dc Insulation Resistance Test In Accordance With Attachment-a
(electrical Test Procedure) And Navsea Manual S9320-am-pro-020/mldg, Appendix Ii D (data Sheets Ds1, Ds2 And Ds3). The Reports Shall Also Include The Contract Number, Name Of Supplier, Drawing/item Number, Drawing Revision Letter, Specification Number/date,
bulk Cable Master Reel, Item Nomenclature And Inspector's Acceptance Signature And Date.
cdrl: Bulk Cable (type Dss-2, Navsea S9320-am-pro-020/mldg) Inspection/test Report Per Di-ndti-80809b
e. The Supplier Shall Submit Production Proximity Sensor Seated Switch Unit Examination, Inspection And Testing Reports (consisting Of Visual Inspection Of Molded Connectors, Electrical Continuity Test, Insulation Resistance Test, Nondestructive And
destructive Bonding Test On Molded Connectors, Hydrostatic Pressure Test And Pre-shipment Inspection/verification (item No. 8 Of Drawing 8590860) In Accordance With Attachment-a (electrical Test Procedure) And Navsea Manual S9320-am-pro-020/mldg, Appendix Ii D
data Sheets Ds4 Thru Ds8, Ds9. The Reports Shall Also Include Cable Assembly Dimensional Inspection (drawing 8590860), Contract Number, Name Of Supplier, Drawing/item Number, Drawing Revision Letter, Cable Assembly Serial, Item Nomenclature And Inspector's
acceptance Signature And Date.
cdrl: Proximity Seated Switch Unit Inspection/test Report Per
di-ndti-80809b
f.mercury Exclusion Certification (representing The Contract Units Shipment)
cdrl: Mercury Exclusion Certification Per Di-misc-82386;
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.
6.2 ;external Document Titled, "attachment-a (electrical Test Procedure)" Available Upon Request From Navsup N7 Contracting Officer. The Document Has Been Added To The Checklist In Workflow Pro.; date Of First Submission=asreq
;;approval Of The Quality Inspection Plan By Nswc Philadelphia Division Is Required Prior To First Article.;;
;;nswcpd Is The Acceptance Activity For Cdrl Data Item A001. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq
;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;;
;;nswcpd Is The Acceptance Activity For Cdrl Data Item A002. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq
;;approval Of The Report By Nswc Philadelphia Division Is Required Prior To Commencement Of Production Lot Units.;;
;;nswcpd Is The Acceptance Activity For Cdrl Data Item A003. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq
;;supplier Format Is Acceptable.; ;
;;plt Rpt Shall Consist Of Oqed Records In Contract Sect E: Bulk Cable Inspection/test Report (mil-dtl-915/8, Dwg. 8590860/item #3); Certificate Of Conformance Material, Certificate Of Compliance (dwg. 8590860/item #4, 5, 7 & 8) And Polychloroprene Material; Bulk
cable Inspection/test Report (type Dss-2) Navsea S9320-am-pro-020/ Mldg); Proximity Sensor Seated Switch Unit Inspection/test Report And Mercury Exclusion Certification.;;
;;approval Of The Report By Nswc Philadelphia Division Isrequired Prior To Shipment Of Production Lot Units.; ;
;;nswcpd Is The Acceptance Activity For Cdrl Data Item A004.nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;;
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: Nsn 7r-5999-015063249-lc, Tdp Ver 007, Ref Nr 75-0289-1, Qty 8 Ea, Delivery Fob Origin. Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Nsn 7r-1680-015337190-v2, Ref Nr 320-4-51302-107, Qty 65 Ea, Delivery Fob Origin. 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 As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted. Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
9541-9550 of 10000 active Tenders