Website Tenders
Website Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: Intent To Sole Source the Department Of Veterans Affairs, Network Contracting Office 4 (nco4) Intends To Sole Source A Contract For The Single Purchase Of The Code Alert Wander Management System At The Following Medical Center: corporal Michael J. Crescenz Department Of Veterans Affairs Medical Center
3900 Woodland Avenue
philadelphia, Pa 19104-4551 the Objective Of This Sole Source Award Is For A Firm Fixed Price Contract With Rf Technologies, Inc., 3125 North 126th Street, Brookfield, Wi 53005, Uei Ft54bu5vja65. This Sole Source Determination Is In Accordance With Far 13 Simplified Acquisition Procedures In Accordance With 41 Usc 253(c)(1) Competition Requirements As Implemented By Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Rf Technologies, Inc. Is The Only Authorized Servicing Agent For The Code Alert Wander Management System, And All Related Equipment And Software At The Location Provided Above. The Contractor Maintains Sole Proprietorship. the North American Industry Classification System (naics) Code For This Procurement Is 423430 Computer And Computer Peripheral Equipment And Software. The Small Business Administration (sba) Size Standard Is 250 Employees. The Psc Code Is 7a21, Business Application Software (perpetual License Software). this Notice Of Intent To Sole Source Is Not A Request For Quotes. Interested Vendors Who Can Meet This Requirement (draft Sow Is Attached), Should Identify Their Interest And Capability, And Respond To This Notice By 01/09/2025 By 10:00 Am Est. Interested Vendors Must Send A Capability Statement, No More Than One Page In Length; To Include Company Name, Uei Number, Socioeconomic Category, And A Brief Description Of Your Business Entities Capability To Provide These Services. all Information Shall Be Provided At No Cost Or Obligation To The Government. Responses Must Be Sent Via Email To The Contract Specialist. E-mail: Eleanor.robbins@va.gov. Please Include The Reference Number Provided On The Sam.gov Website. Facsimile Or Telephonic Responses Will Not Be Accepted. simply Responding As An Interested Party Does Not Constitute Your Company As A Source. Offeror Must Provide The Above Requested Information. a Determination By The Government Not To Compete This Proposed Contract Based On Responses To This Notice Is Solely Within The Discretion Of The Government.
City Of Imus Tender
Healthcare and Medicine
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 1.8 Million (USD 32.3 K)
Details: Description Invitation To Bid The City Government Of Imus, Province Of Cavite Through Its Bid And Awards Committee (bac) Invites Bidders/suppliers To Apply For The Eligibility And To Bid For The Hereunder Projects: B. Reference Number : Gf-g (oni)-25-011 Project : Cost Of Oxygen Refill To Be Used In Ospital Ng Imus For The Year 2025 Location : City Of Imus Approved Budget : Php1,875,000.00 Contract Duration : 11 Months Prospective Bidders Should Have Completed A Similar Contract With A Value Of At Least 50% Of Abc, Within The Last Two (2) Years And Have Key Personnel And Equipment (listed In The Eligibility Form) Available For The Completion Of The Contract. The Bac Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Shall Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule 1. Posting In The City Of Imus Website, Philgeps, And In Conspicuous Area December 28, 2024 2. Pre-bid Conference, 11:00 A.m. Bac Office, 4th Flr., New City Government Center, Malagasang 1g, City Of Imus, Cavite January 7, 2025 3. Deadline Of Submission 8:00 A.m. And Opening Of Bids 9:00 A.m. Bac Office, 4thflr., New City Government Center, Malagasang 1g, City Of Imus, Cavite January 21, 2025 4. Bid Evaluation & Post Qualification January 22-24, 2025 5. Notice To Award January 27, 2025 6. Notice To Proceed January 29, 2025 Only Bidders Who Have Paid A Non-refundable Fee For The Bidding Documents In The Amount Of Php25,000.00 For Item E; Php5,000.00 For Item A, B, C, And D To The Treasurer’s Office Shall Be Allowed To Participate In The Bidding. The City Of Imus Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Bac Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Rejects All Bids At Any Time Prior To Contract Of Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Prepared By: Reuben D. Ramirez Head, Bac Secretariat Approved By: Lauro D. Monzon Bac Chairperson
City Of Imus Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 3 Million (USD 51.1 K)
Details: Description Invitation To Bid The City Government Of Imus, Province Of Cavite Through Its Bid And Awards Committee (bac) Invites Bidders/suppliers To Apply For The Eligibility And To Bid For The Hereunder Projects: A. Reference Number : Gf-g (mo)-25-015 Project : Cost Of Preventive Maintenance Services Of All Aircon In The New City Government Center Location : City Of Imus Approved Budget : Php3,000,000.00 Contract Duration : 11 Months Prospective Bidders Should Have Completed A Similar Contract With A Value Of At Least 50% Of Abc, Within The Last Two (2) Years And Have Key Personnel And Equipment (listed In The Eligibility Form) Available For The Completion Of The Contract. The Bac Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Shall Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule 1. Posting In The City Of Imus Website, Philgeps, And In Conspicuous Area January 17, 2025 2. Pre-bid Conference, 9:00 A.m. Bac Office, 4th Flr., New City Government Center, Malagasang 1g, City Of Imus, Cavite January 23, 2025 3. Deadline Of Submission 8:00 A.m. And Opening Of Bids 9:00 A.m. Bac Office, 4thflr., New City Government Center, Malagasang 1g, City Of Imus, Cavite February 4, 2025 4. Bid Evaluation & Post Qualification February 5-6, 2025 5. Notice To Award February 10, 2025 6. Notice To Proceed February 12, 2025 Only Bidders Who Have Paid A Non-refundable Fee For The Bidding Documents In The Amount Of Php5,000.00 For Item A, B And E; Php1,000.00 For Item C, D, And F To The Treasurer’s Office Shall Be Allowed To Participate In The Bidding. The City Of Imus Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Bac Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Rejects All Bids At Any Time Prior To Contract Of Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Prepared By: Reuben D. Ramirez Head, Bac Secretariat Approved By: Lauro D. Monzon Bac Chairperson
Department Of Education Division Of Zamboanga City Tender
Transportation and Logistics
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 70 K (USD 1.1 K)
Details: Description The Department Of Education – Schools Division Office Of Zamboanga City Through Its Bids And Awards Committee (bac) Is Inviting Philgeps Registered Distributors/suppliers/manufacturers To Apply For Eligibility And To Quote For The Hereunder Project: 2025-01-0011 Procurement For Hauling Of Modules Procured By Regional Office Quarter 1- 4, Delivered (2025) X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X Important Notice To The Suppliers: * Prospective Suppliers May Obtain Further Information By Visiting Deped – Schools Division Office Of Zamboanga City At Baliwasan Chico, Zamboanga City During Office Hours 8:00 A.m. To 5:00 P.m. Contact The Bac Secretariat @ 993-1514 Local 2019 For The Issuance Of The Signed Quotation. *bidders Shall Quote The Prescribe Quotation. * Fill Up And Sign The Quotations And Canvasser's Form To Be Summited Together With The Copies Of The Philgeps Certificate, Mayor's Permit, Tax Clearance Certificate, And Omnibus Sworn Statement In A Sealed Envelope Indicating The Company's Name, Project Number And Address To The Bac Chairperson. The Deadline Of The Submission Of Quotation Will Be The Same Closing Date And Time As Posted In The Philgeps Website And Must Be Marked Received By The Records Section To Be Dropped In The Drop Box Located In The Sdo Admin Building.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: This Is Not A Solicitation Announcement. This Is A Source Sought Synopsis Only. The Purpose Of This Synopsis Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Hub Zone, 8(a), Small Disadvantage Business, Woman-owned, Small Business, Or Large Business) Relative To Nacis 541370 (size Standard Of 500 Employees). Responses To This Synopsis Will Be Used By The Government To Make Appropriate Acquisition Decisions. Responses To This Source Sought Synopsis Are Not Considered Adequate Responses To The Solicitation Announcement. all Interested Offerors Must Respond To The Solicitation Announcement In Addition To Responding To This Source Sought Announcement. The Cleveland Va Medical Center (wade Park Campus) Is Looking For An Experienced Vendor That Can Complete A Basement, First, And Second Floor Asbestos Survey. response To This Notice Should Include A Capability Statement, And Three (3) Customer References To Which You Have Provided Similar Services For. Responses Should Also Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Is This Product Or Service Available Under A Federal Supply Schedule (gsa)? If Yes, Please Provide The Contract Number. (2) Do You Manufacture Or Directly Provide These Services? If Teaming, Please Provide A Copy Of Your Teaming Agreement. If Subcontracting, Please Include The Name Of The Subcontractor. (3) Is Your Business Large Or Small? (4) If Small, Does Your Firm Qualify As A Small, Emerging Business, Or Small Disadvantaged Business? (5) If Disadvantaged, Specify Under Which Disadvantaged Group And If Your Firm Is Certified Under Section 8(a) Of The Small Business Act. (6) Is Your Firm A Certified Hub Zone Firm? (7) Is Your Firm A Woman-owned Or Operated Business? (8) Is Your Firm A Certified Service-disabled Veteran Owned Small Or Veteran Owned Small Business? (9) Is Your Firm Registered On The System Award Management (sam) Website? responses To This Notice Shall Be Emailed To Roman Savino At Roman.savino@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received In Writing No Later Than 12:00 Pm On 1-29-2025. This Notice Is To Assist The Va In Determining Sources Only. A Solicitation Is Not Currently Available. If A Solicitation Is Issued It Will Be Announced Later, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. Responses To This Source Sought Is Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Province Of Cagayan Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 108 K (USD 1.8 K)
Details: Description Republic Of The Philippines Province Of Cagayan Tuguegarao City General Services Office Request For Quotation Company Name: Quotation No. Address: Date: January 23, 2025 Tin Number: Pr No.: 11 Tel/fax: Mode Of Procurement: Negotiated Procurement - Svp (sec. 53.9) E-mail Address: Philgeps Reg. No.: """manufacturers, Suppliers, Distributors, Contractors, And/or Consultants Are Mandated To Register In The Philgeps And Provide A Philgeps Registration Number As A Condition For The Award Of Contract."" Please See Gppb Resolution No. 30-2013 Dated 25 October 2013 " Instructions/note To Bidders: 1.please Indicate The Following Information In Your Bid: A) Company Name, Address, Tel/fax Nos.; B) Philgeps Registration Certificate No. And Date Of Validity; C) Bidder’s Offer (technical Specifications/brand Per Item; D) Unit And Total Price; E) Name Of Bidder’s Authorized Representative; And F) Signature And Date 2. Download This Open Canvass Form From The Philgeps Website Before The Closing Date. 3.bids/quotations May Be Submitted Thru Fax, Email Or Directly To The Bac Secretariat Office On Or Before The Deadline Of Submission Of Bids And Requirements. 4. Suppliers Are Required To Submit The Following Prior To The Notification By The Bac Of The Award: A) Valid And Current Mayor’s/business Permit; B) Professional License/curriculum Vitae (consulting Services); C) Valid And Current Philgeps Registration Certificate/number; D) Philippine Contractor’s Accreditation Board License (infra); E) Income/business Tax Return (for Abc’s Above Php500,000.00); And F) Omnibus Sworn Statement (for Abcs Above Php50,000.00). 5. Bids Should Be Valid For 45 Days Upon The Deadline Of Submission. 6. Delivery Period: ______________________ Upon Receipt Of Purchase Order. 7. Term Of Payment: Charged Account, Unless Specified. 8. The Total Price Quoted Below Is Subject To Withholding Tax And Payable Check. 9. The Approved Budget Of The Contract Is Inclusive Of Delivery Fee. Deadline Of Submission: Three (3) Days Upon Receipt Hereof Or On/before The Closing Date In The Philgeps. Late Quotation Shall Not Be Accepted. Item No. Total Abc Item And Description Unit Qty Provision Of Labor And Materials Of Three (3) Units Of Pgc Service Vehicle 1 108,000.00 Tires 195/55 R15 Pcs 12 By The Authority Of The Procurement Office: Atty. Rogelio R. Taliping Jr. Bac Chairman- Goods And Services
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Soon4 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Posting. This Is Not A Solicitation, But Market Research To Determine Potential Sources For This Project Including Interested Small Business Sources. This Notice Is For Planning Purposes Only. not Responding To This Sources Sought Does Not Preclude Participation In Any Future Solicitation, Should One Be Issued. It Is The Responsibility Of The Interested Parties To Monitor The Sam.gov Website For Additional Information Pertaining To This Sources Sought. the Purpose Of This Requirement Is To Renovate And Construct An Addition To Existing Fire Crash/rescue Station, Building 770 Located At The 122d Fighter Wing In Fort Wayne, In Using Government Provided Designs/specs/drawings. The Project Includes Repair/renovation Of The Roof, Lightning Protection, Exterior Envelope, Fire Protection System, And Hvac Systems. This Project Includes The Construction Of An Additional 6,200 Sqft To The Fire Crash/rescue Station Using Conventional Construction Methods To Accommodate The Mission Of The Facility. The Project Will Include Icc 500-2020 Design And Construction Of Storm Shelters Requirements And Sustainable Design Requirements - Usgbc Leed Certification. response Information: the Magnitude Of This Project Will Be Between $5,000,000 And $10,000,000. Interested Concerns Will Provide This Office, In Writing Via Single Pdf, A Notice Stating Their Positive Intent To Submit A Bid As A Prime Contractor No Later Than 4 Feb 2025 At 5:00pm Est. this Notification, Which Shall Not Exceed Seven Typewritten Pages, Must Include: (1) Positive Statement Of Intent To Bid As A Prime Contractor (2) A Completed Sources Sought Response Form (3) A Listing Of Projects Completed During The Past Three Years, Both For Government And Private Industry (the Type Of Project, Dollar Value, Contract Number, Location, And Government Point Of Contact Are To Be Included; Indicate If You Were Prime Or Subcontractor, And If Subcontractor, Provide The Name And Point Of Contact For The Prime Contractor), Including Projects You Have Demonstrated Experince With Icc 500-2020 Design And Construction Of Storm Shelters Requirements And Sustainable Design Requirements - Usgbc Leed Certification (4) A Brief Outline Of Resources, Subcontractors, And Key Personnel That Would Be Used To Accomplish The Contract, And (5) Single Project & Total Aggregate Bonding Capability In The Form Of A Letter From The Surety. in The Event Adequate Small Business Contractors Are Not Available For Adequate Competition For This Project, It May Be Advertised As Unrestricted. information Shall Be Provided Via Emails To Both: Lisa.crose@us.af.mil & Travis.kraick@us.af.mil include The Following In The Subject Line "sources Sought_w50s7w25ba001_company Name".
FEDERAL AVIATION ADMINISTRATION USA Tender
Others
United States
Closing Soon4 Feb 2025
Tender AmountRefer Documents
Details: Updates 01/28/2025: Posting Has Been Updated To Upload Rfi Set 2. Please Refer To The Attachment Section For Document. The Proposal Due Date Remains Unchanged. updated 01/24/2025: Posting Has Been Updated To Upload Amendment 0001 And Rfi Set 1. Please Refer To The Attachment Section For Documents. updated 12/05/2024:posting Has Been Updated To Upload Attachment J2e Ddh - P50 Final. Please Refer To The Attachement Section For The Document. the Federal Aviation Administration (faa) Has A Requirement For The Bil Funded For Phx Base Building And P50 Tracon Fire Life Safety Upgrade. the Sir/rfp Is Posted In Accordance With Faa Acquisition Management Policy, Section 3.2.1.3.11 Public Announcements. Review All Attachment Pertaining To This Solicitation Prior To Submitting A Proposal. This Announcement Is Not Intended To Guarantee Procure Of The Services, And Shall Not Be Construed As A Commitment By The Government To Enter Into A Contract. The Government Is Not Liable For Costs Associated With The Preparation, Submittal Of Inquiries Or Response For This Announcement And Will Not Reimburse Any Vendors For Cost Incurred In Responding To This Public Announcement. all Questions Regarding The Sir Must Be Submitted In Writing To Ms. Melina Nguyen At Melina.m.nguyen@faa.gov And Courtesy Copy Ms. Thuylinh Trannguyen At Thuylinh.t.trannguyen@faa.gov. All Questions Must Be Received No Later Than January 17, 2025 By 1500 Et. Questions Received After That Date And Time Will Not Be Considered. proposals Are Due No Later Than February 4, 2025 By 1500 Et. Any Proposal Received After 1500 Et On February 4, 2025 Will Be Considered Non-responsive And Will Not Be Eligible For Award. a Site Visit Is Scheduled For January 7, 2025 At 0900 Mst. Refer To Section L.6 Of The Sir For Site Visit Instructions. All Participants Must Submit Interest In Writing To Ms. Melina Nguyen At Melina.m.nguyen@faa.gov And Courtesy Copy Ms.thuylinh Trannguyen At Thuylinh.t.trannguyen@faa.gov No Later Than December 26, 2024 At 1500 Et For Participation Approval. to Be Considered For Award Of This Requirement, The Offeror Must Have A Current/valid Registration In The Systems For Award Management (sam) Database Website: Www.sam.gov. To Be Eligible For Award, The Offeror Must Submit A Proposal In Accordance With The Sir.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
inspection System Program Plans, Or Premanufacturing Or Test Procedures|1|45|
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
small Business Program Representations (feb 2024)|4|||x||
annual Representations And Certifications (may 2024)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
a Material Irpod Is Available At The Bpmi Site. Vendor Review Of The Irpod Is Mandatory.
unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. Please Specify (if Other Than 60 Days) ______________ Days. If You Are Submitting Your Quote Via Email Or Neco, Please Specify The
number Of Days Pricing Is Valid
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.
the Bpmi Ecommerce Website Is Being Moved To A New Url (https://logistics.unnpp.gov/ecommerce) Effective 17 July, 2019. The Current Site Address (https://logistics.bpmionline.net) Will Be Active Until 1 August, 2019, But We Encourage You To Ensure You Are Able To
access The New Website At Your Earliest Convenience. If You Have Any Questions, Please Contact The Poc Listed Below.
n9432.41 Danny O'neal, Ph: 717-605-4954, Email: Danny.l.oneal8.civ@us.navy.mil
\
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents;
technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At
(https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To
the Award.
this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator.
3. Requirements
3.1 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod).
the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order.
block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable.
6.3 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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 6 (six) Separate 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.
mark The Packaging Label With The Nomenclature Identified On The Irpod. date Of First Submission=eoc
submit To Navsup-wss, Code N9433 For Review, A Complete Package Of All Applicable Vendor Certified Reports Of Test And Inspection Per Di-qcic-8872(latest Rev) See (individual Repair Parts Ordering Data) Irpod For Individual Documentsrequired.
the Package Will Be Submitted Per The Contract Delivery Schedule, And Authorization To Ship Material Must Be Obtained From The Pco.
a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services.
di-qcic-a8872s Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Roti Package To Be Iaw Did Di-qcic-8872(latest Rev). date Of First Submission=045 Dac
submit For Approval One Package (iaw Di-qcic-8871) Of All Applicable Procedure, Drawing And Other Pre-manufacturing Submittals, Listed On The Individual Repair Part Ordering Data (irpod) Document(s) And Detailed In The Cited Specification, Within 45 Days After
contract Award To The Contracting Officer (navsup-wss Code N9433). See Irpod For Individual Documents Required.
a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services.
di-qcic-a8871 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Procedure Package To Be Iaw Did Di-qcic-8871(latest Rev).
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Description: Contact Information|4|n9432.23|n/a|717-605-5722|duana.g.cloyd.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|||||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|tbd|tbd|tbd|tbd|tbd|||n/a ||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American --free Trade Agreements--balance Of Payments Program - Basic (feb2024))|11||||||||||||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
small Business Program Representations (feb 2024)|4|||||
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 (feb 2024)|13|333613|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
amendment 0001 Brings The Total Quantity To 2 In Lieu Of 3.
please Provide Quote
solicitation Notes:
unless Otherwise Specified, Pricing For Request For Quotation Is Valid 60 Days After The Closing Date Unless Otherwise Specified. Please Specify (if Other Than 60 Days) ____ Days. If You Are Submitting Your Quote Via Email Or Neco Specify The Number Of Days That Pricing Is Valid.
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 Ei9ther 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.
bilateral Agreement To Issue Contractual Documents As Detailed Herein.
technical Documents Associated With This Solicitation, Such As Drawings, Individual Repair Part Ordering Data (irpod), Strs And Other Procurment Related Documents May Be Obtained At: Htpps://logisitics.unnpp.gov/ecommerce.
this Website Requires A Password And Pre-registration. Please Contact The E-commerce Help Desk At 518-395-4357 To Register Or For Help Logging Into The Website.
a Hard Copy Of The Irpod And Or Drawings Will Not Be Sent To You.
prior To Providing A Quote If Any Exceptions Apply Or Quoting A Different Part Number Other Than The Requirement, Please Provide The Exceptions And Or Documents To Support For Engineering Review Prior To Award.
upon Quote, Please Provide Pricing Support With Quote
\
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents;
technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At
(https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To
the Award.
this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator.
3. Requirements
3.1 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod).
the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order.
block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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 6 (six) Separate 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.
6.3 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. date Of First Submission=eoc
submit To Navsup-wss, Code N9433 For Review, A Complete Package Of All Applicable Vendor Certified Reports Of Test And Inspection Per Di-qcic-8872(latest Rev) See (individual Repair Parts Ordering Data) Irpod For Individual Documentsrequired.
the Package Will Be Submitted Per The Contract Delivery Schedule, And Authorization To Ship Material Must Be Obtained From The Pco.
a Separate Package Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services.
di-qcic-a8872s Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Roti Package To Be Iaw Did Di-qcic-8872(latest Rev).
6771-6780 of 10000 archived Tenders