United States - 30--drive unit,angle

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
19 September 2024
Opportunity publication date
20 August 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

CONTACT INFORMATION|4|N712.11|AE4|717-605-5192|CHRISTIAN.D.SPANGENBERG2.CIV@US.NAVY.MIL|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
GENERAL INFORMATION-FOB-DESTINATION|1|B|
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||NA|N0014|NA|NA|SEE SCHEDULE|SEE SCHEDULE|||NA||||||
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 (FEB 2024)|11||||||||||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13||||||||||||||
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|333612|750||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|||
This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF).
Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^
All freight is FOB Origin.
This RFQ is for a buy. The resultant award of this solicitation will be issued bilaterally, requiring the contractor?s written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Do NOT include the cost for shipping
material.
Freight is FOB Origin.
Government source inspection and acceptance is required.
Please provide the following information:
Unit Price:__________ FIRM
Total Price:__________ FIRM
Procurement Turnaround Time (PTAT) :__________
Awardee CAGE: __________
Inspection & Acceptance CAGE, if not at source:__________
? Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________
Required shipping procedure is military packaging and bar coding.
Important Traceability Notice
1. If you are not the manufacturer of the material you are offering, you must state who the manufacturer is (NAME & CAGE Code) and provide traceability information, if requested, prior to receiving an award. The evidence must be submitted within 2 days, or as
otherwise specified, or the offer may not be considered.
2. By submitting a quotation or offer, the contractor agrees that, when the contractor is not the Manufacturer of the item, it is confirming that it currently has or will obtain before award and shall retain documented evidence (supply chain traceability
documentation) that the item is from the approved manufacturer and conforms to the technical requirements. The retention period is five years after final payment under this contract.
3. At a minimum, the supply chain traceability documentation for the item shall include: basic item description, part number and/or national stock number, manufacturing source, manufacturing source?s Commercial and Government Entity (CAGE) code, and clear
identification of the name and location of all supply chain intermediaries between the manufacturer to the contractor to item(s) acceptance by the Government. The documentation should also include, where available, the manufacturer's batch identification for the
time(s), such as date codes lot codes, or serial numbers as date codes lot codes, or serial numbers.
4. Examples of traceability information/documentation: The invoice received by the offeror from the approved source ie. OEM or from an authorized dealer/distributor for the approved source. Or a letter/official email from the OEM confirming offeror is authorized
to resell their items. Or the packing slip that accompanied the shipment to the offeror/ contractor from the approved source, or from an authorized dealer/distributor for the approved source. Or a letter/official email from the OEM confirming offeror is authorized
to resell their items. Or the packing slip that accompanied the shipment to the offeror/ contractor from the approved source, or from an authorized dealer/distributor for the approved source.
Any questions should be directed to the POC for this solicitation.
\
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the DRIVE UNIT,ANGLE , part of the ;MK82MOD0,DDG2313,DIR,GUN & GUIDEL MISSILE(AEGIS); .
1.1.1 Full Item Name for DRIVE UNIT,ANGLE Referenced in this contract/purchase order is ;ELEVATION DATA DRIVE ASSEMBLY; .
2. APPLICABLE DOCUMENTS
2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions.
2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order,
however, shall supersede applicable laws and regulations unless a specific exemption has been obtained.
DOCUMENT REF DATA=MIL-STD-130 | | |K |000115|A| | |
DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| | |
DOCUMENT REF DATA=ISO9001 | | | |010417|A| | |
DOCUMENT REF DATA=ISO9002 | | | |010417|A| | |
3. REQUIREMENTS
3.1 Design, Manufacture, and Performance - Except as modified herein,
the DRIVE UNIT,ANGLE furnished under this contract/purchase order shall meet the
design, manufacture, and performance requirements specified on drawing ;53711 5365257;
cage ;53711 5365257; .
3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130.
3.3 Interchangeability - Interchangeability of parts, subassemblies, and assemblies shall conform to the following criteria:
Design tolerances - Design tolerances shall permit parts, subassemblies and assemblies to be used in their parent assemblies without regard to the source of supply or manufacturer. Parts, subassemblies and assemblies having the full range of dimensions
and characteristics permitted by the specification governing the part, subassembly or assembly shall be usable as replacement items without selection and without departure from the specified performance guidelines of the parent items.
Parts and materials - When permission is granted to use a nonstandard part or material because the exiting standard part or material is not available, the equipment shall be so designed that the nonstandard part or material and the standard part or
material are interchangeable. When the specification for the part or material contains substitutability or supersession information, the design shall permit the substitute or superceding parts or materials to be used interchangeably.
3.4 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and
approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the
substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government
evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements:
Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number.
Code 2: Assembly (or set or kit) not furnished - Used following detail parts.
Code 3: Part not furnished separately - Use assembly.
Code 4: Part redesigned - Old and new parts are completely interchangeable.
Code 5: Part redesigned - New part replaces old. Old part cannot replace new.
Code 6: Part redesigned - Parts not interchangeable.
3.5 Vendor Waivers/Deviations - Compliance with the delivery date and technical requirements of NAVICP-MECH Repair Part Material contracts is expected.
As a cautionary note, seller intended use of any material which is not in full compliance with the specified contract technical requirements shall be identified as an exception in response to this solicitation.
Request for delivery date extensions and waivers/deviations shall be accompanied by an explanation of the cause for the delay, or the reason for the requested nonconformance to this solicitation in the event the Procurement Contracting Officer (PCO)
concurs with your request.
Request for waivers/deviations shall provide justification for the requested change including an evaluation which demonstrates that proposed nonconformance will not affect the quality, form, fit, or function of the part.
Requests for Waiver/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 within five working days after receipt.)
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 Visual, Dimensional, Mechanical Examination - Each DRIVE UNIT,ANGLE shall be 100% inspected in accordance with ;THE MANUFACTURER'S ESTABLISHED TEST/INSPECTION PROCEDURES AND DRAWING 5365257; .
4.5 Electrical Performance Test - Each DRIVE UNIT,ANGLE shall be 100% tested in accordance with ;THE MANUFACTURER'S ESTABLISHED TEST/INSPECTION PROCEDURES AND DRAWING 5365257; .
4.6 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers
certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208.
5. PACKAGING
5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below.
MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES
6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS)
(i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/
A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk.
B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies.
C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410P, 101 Strauss Avenue
Indian Head, MD 20640-5035
D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for
certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document.
E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from:
Contracting Officer
NAVSUP-WSS
Code 87321
5450 Carlisle Pike
P.O. Box 2020
Mechanicsburg, Pa. 17055-0788
F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue:
Commanding Officer
NAVSUP-WSS
Code 009
5450 Carlisle Pike
P.O. Box 2020
Mechanicsburg, Pa. 17055-0788
G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from:
Commanding Officer
NAVSUP-WSS
Code 1 Support Branch
700 Robbins Avenue
Philadelphia, Pa. 19111-5094
H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS.
6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of
this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information
contained on those documents and drawings.
There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows:
A... approved for public release; distribution is unlimited.
B... distribution authorized to US Governments agencies only.
C... distribution authorized to US Government agencies and their contractors.
D... distribution authorized to DoD and DoD contractors only.
E... distribution authorized to DoD Components only.
F... further distribution only as directed by Commander, Naval Sea
Systems Command, code 09T.
X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical
data in accordance with OPNAVINST 5510.161.

Opportunity closing date
19 September 2024
Value of contract
to be confirmed

About the buyer

Address
NAVSUP WEAPON SYSTEMS SUPPORT MECH

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?