United States - 48--valve, hull/back-up, in repair/modification OF

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
16 September 2024
Opportunity publication date
18 August 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

CONTACT INFORMATION|4|N742.4|WV2|(717) 605-7562|amanda.a.gowdy.civ@us.navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
MARKINGS LEVEL I/SUBSAFE/DSS-SOC/TRIPER|5||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|see contract addendums CSD407 and CSD408|
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
INSPECTION/ACCEPTANCE POINT|6|||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Invoice & Receiving Report (COMBO) Certifications - Stand-Alone Receiving Report |N/A|TBD|N00104|TBD|Material-S4306A; Certifications-N64498|N50286|TBD|TBD|N/A|N/A|Certifications-N64498|N/A|N/A|See DD
1423|Not applicable|
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from date of delivery |one year from date of delivery |||||
WARRANTY OF DATA--BASIC (MAR 2014)|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|332911|750 (# of employees)||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|
1. This is a limited competitive repair requirement. 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 knowledge by
the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing 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.
2. The resultant award of this solicitation shall be issued bilaterally, requiring the Contractor's written acceptance prior to execution.
3. The following proposed delivery schedule applies:
DD1423 CDRL A001 - If MRC-008 is required - 20 working days after valvedisassembly and signed by the contractor - submit in WAWF to N64498 SUBSAFESupervising Authority (SSSA)
DD1423 CDRL A002 - 5 working days following completion of all work and closedREC package - submit in WAWF Inspect by N64498 SUBSAFE Supervising Authority(SSSA) and Accept by N39040 Portsmouth Naval Shipyard
DD1423 CDRL A003 - 30 working days after receipt of contract - submit in WAWFto N64498 SUBSAFE Supervising Authority (SSSA) 3 working days Certified RECclose out - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA)
DD1423 CDRL A004 - 30 working days after receipt of contract - submit in WAWFto N64498 SSSA and as requested by SUBSAFE Supervising Authority (SSSA) 3working days following completion Certified REC Log close out - submit in WAWFto N64498 SUBSAFE Supervising
Authority (SSSA)
DD1423 CDRL A005 - 1 working day after issuance; 1 working day of any follow-on revisions; 3 working days of contractor certified TWD close out - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA)
DD1423 CDRL A006 - 24 hours upon each deficiency identified during the performance of the work - notify SUBSAFE Supervising Authority (SSSA) and submit Logs as needed in WAWF to N64498 SUBSAFE Supervising Authority (SSSA). 3 working days following completion of
work and Certified REC close out-submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA)
Final delivery of material shall be on or before 141 days after the effectivedate of the resulting contract.
4. Drawings associated with this solicitation will be made available on the individual solicitation page on Contracts Opportunities on the SAM.gov website.
Drawings have restricted access which needs to be approved. Once access has been requested, qualified Contractors shall email the POC listed on the solicitation to inform them of the request.
5. All transportation to/from the repair site will be paid for by the US Navy.
6. The contract shall comply with the Commercial Asset Visibility (CAV) of theasset(s) in the order in accordance with NAVSUPWSSFA24.
7. Offers shall be submitted as Firm Fixed Price for the full repair effort based on the Repair Instruction or SOW. Firm Fixed Price offers are to includethose efforts laid out in the Statement of Work. Any repair efforts required
to bring the item to "A" condition that are above and beyond those efforts
laid out in the Statement of Work may be submitted as an over and above
request in accordance with DFARS 252.217-7028.
Please include the following:
a. RTAT:
b. Throughput Constraint:
c. Induction Expiration Date:
A cost of new price shall also be provided in addition to the repair price.
9. Any contract/order awarded as a result of this solicitation will be a "DO"rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency
Preparedness, and Energy Program Use.
10. This is a Level 1 Repair.
Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition
asset at the Contractors facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the Contractor is required to accurately report all transactions by the end of the fifth regular
business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract.
Requested RTAT: 141 Days
Offers shall reference the proposed RTAT and any capacity constraints.
\
1. SCOPE
1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital
shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material.
2. APPLICABLE DOCUMENTS
2.1 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 must take precedence. Nothing in this contract/purchase order,
however, must supersede applicable laws and regulations unless a specific exemption has been obtained.
2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions.
2.2.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made.
DRAWING DATA=1889753 |53711| K| |D|0001 | K|49998|2415511
DRAWING DATA=2640-800X2M1 |53711| A|ER |D|0001 | A|49998|0338791
DRAWING DATA=2640-808X1J1 |53711| A|ER |D|0001 | A|49998|0487192
DRAWING DATA=2640-809X10 |96169| C| |D|0001 | C|00026|0000000
DRAWING DATA=4558709 |80064| E| |D|0001 | E|49998|2026998
DRAWING DATA=4558766 |80064| E| |D|0001 | E|49998|0124267
DRAWING DATA=4558766 |80064| E| |D|0002 | E|49998|0118211
DRAWING DATA=4558766 |80064| E| |D|0003 | E|49998|0098547
DRAWING DATA=4558766 |80064| E| |D|0004 | E|49998|0074376
DRAWING DATA=4558766 |80064| E| |D|0005 | E|49998|0079537
DRAWING DATA=4558766 |80064| E| |D|0006 | E|49998|0082494
DRAWING DATA=4558766 |80064| E| |D|0007 | E|49998|0092812
DRAWING DATA=4558766 |80064| E| |D|0008 | E|49998|0077701
DRAWING DATA=4558766 |80064| E| |D|0009 | E|49998|0089388
DRAWING DATA=4558766 |80064| E| |D|0010 | E|49998|0081709
DRAWING DATA=4558766 |80064| E| |D|0011 | E|49998|0087864
DRAWING DATA=4558766 |80064| E| |D|0012 | E|49998|0070378
DRAWING DATA=4558769 |53711| D| |D|0001 | D|49998|2875470
DRAWING DATA=4558795 |80064| F| |D|0001 | F|49998|0221672
DRAWING DATA=4558796 |80064| C| |D|0001 | C|49998|0243164
DRAWING DATA=4687720 |80064| E| |D|0001 | E|49998|1531397
DRAWING DATA=7285195 |53711| D| |D|0001 | D|49998|0690343
DRAWING DATA=7285198 |53711| M| |D|0001 | M|49998|1247552
DRAWING DATA=7285297 |53711| E| |D|0001 | E|49998|0862180
DRAWING DATA=7285297 |53711| E| |D|0002 | E|49998|0392982
DRAWING DATA=7285297 |53711| E| |D|0003 | E|49998|0280881
DRAWING DATA=7285297 |53711| E| |D|0004 | E|49998|0204692
DRAWING DATA=7286168 |53711| H| |D|0001 | H|49998|2932540
DRAWING DATA=7286250 |53711| J| |D|0001 | J|49998|0350803
DRAWING DATA=8617511 |53711| N| |D|0001 | N|49998|3447332
3. REQUIREMENTS
3.1 ADDITIONAL STATEMENT OF WORK (SOW) REQUIREMENTS see Contract Addendum ( (CSD407) for additional SUBSAFE requirements. All requirements for oversight by the SUBSAFE Supervising Authority must be met by the contractor.
3.2 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Naval Sea Systems Command Drawing 4558795 Assembly SIRLWT MOD (MOD is to use items 15, 35, 37 and 56 in lieu of items 11, 34, 36, and 55), Engineering
Report ER2640-808X1J1, Engineering Report ER2640-800X2M1, Maintenance Standard (MS) 7210-081-057 REV - CHG-9 (CSD492), Seawater Component Sealing Surface and Ball Valve Repair MS 7650-081-005 REV D (CSD436); , UIPI 0810-902, and applicable Technical Manual
except as amplified or modified herein.
3.2.1 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Numbers within ECDS and can be accessed at https://register.nslc.navy.mil/
UIPI 0810-902 ;CSD400;
Technical Manual (as applicable) ;CSD397 - NAVSEA 0924-LP-064-8010
CSD398 - NAVSEA T9081-AD-MMO-010 & -020
CSD399 - NAVSEA T9081-AE-MMO-010;
3.3 ;3.1.1 Dimension "Z" on NAVSEA drawing 4558766 for valve stem, item 8A, Figure VIII shall be .125 +/- .005 inches in lieu of 1.25 +/- .02 inches.;
3.4 The following is a parts list of items which are required to be pre-certified as Level I, SMIC LI or SMIC Q3, if they are being replaced during refurbishment:
;Body (L1), item 3 of drawing 4558796
Cover (L1), item 5 of drawing 4558796
Stem (L1), item 12A of drawing 4558766
Stem (L1), item 8A of drawing 4558766
Stem Retaining Nut (L1), item 21A of drawing 4558769
Stem Retaining Nut (L1), item 20A of drawing 7286168
Studs (L1), item 94 of drawing 4558795
Self-Locking Heavy Hex Nuts (L1), item 60 of drawing 4558795
Ball (L1), Piece 23LI of drawing 8617511
Ball (L1), Piece 55LI Drawing 7285198
Seat (Q3), Item 12 Drawing 7285297
Seat (Q3), Item 13 Drawing 728529;
Note: If pre-certified LI components are not available in Supply Stock and contractor acquires pre-certified Level I raw material to manufacture the replacement part, refer to Contract Addendum (CSD408) for requirements to obtain Level I certification from
NSWC PD Certified CAD activity prior to install.
3.5 All SUBSAFE work must be performed by a NAVSEANOTE 5000 authorized Designated Overhaul Point (DOP) under Re-Entry Control (REC) and with oversight of the designated Supervising Authority, NSWC PD N64498.
3.5.1 Clean and determine if refurbishment is possible. The Contractor must maintain traceability of the markings to each unit throughout refurbishment (either the Factory Pool serial number or MIC number).
3.5.2 In addition to the work-specific technical references invoked (component drawings, Maintenance Standards, etc.), all work must be performed in accordance with the documents and procedures in accordance with Submarine Factory Pool Corporate Component
Repair Program (CCRP) Uniform Industrial Process Instruction (UIPI) 0810-902 on this contract. All SUBSAFE work must be performed under REC procedures with NSWC PD Supervising Authority oversight.
3.5.3 The cognizant Contracting Authority, cognizant Supervising Authority, the In-Service Engineering Agent and DCMA Navy Special Emphasis Operations (NSEO) Quality Assurance representative reserve the right to perform in-process reviews (surveillance) of the
Contractor work at any time. The Contractor must participate and cooperate with such reviews as required.
3.5.4 The most current revision levels of references listed in the UIPI, the drawings, and the Contract Delivery Order SUBSAFE Addendum will be those in effect at the time of Delivery Order awards, unless otherwise specified. If the Contractor desires to use
any drawing or technical instruction of a different revision/change level outside of these guidelines, the Contractor must submit a Request for Variance/Request for Waiver to the applicable Contracting Specialist who will obtain cognizant Technical Authority
concurrence.
3.6 This procurement provides for the performance of Government Quality Assurance at source by Defense Contract Management Agency, Navy Special Emphasis Organization (DCMA NSEO) representative. The place or places of performance may not be changed without the
authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the DCMA NSEO Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not
have an assigned NSEO Government representative, notify the nearest DCMA Office. In the event that a local NSEO Government representative or DCMA Office cannot be located, your purchasing agent should be notified immediately.
3.6.1 All documents and reference data applicable to this contract must be available for review by the NSEO Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided
by the NSEO Government representative.
3.7 CCRP Serial Number: The Corporate Component Repair Program (CCRP) Serial Number is a unique and permanent serial number assigned by the DOP that originally inducted the component into the CCRP program. Refer to UIPI Enclosure (4) for organic shipyard
alphanumeric serial numbers. The CCRP serial number may also be referred to as the Factory Pool (FP) number and is also unique and permanent.
3.7.1 CCRP Serial Numbering Requirements: For commercial contractors authorized as a DOP, if the CCRP asset received does not contain an existing Factory Pool number, the refurbishing DOP will induct the CCRP asset into the program for the first time
utilizing the alphanumeric serialization system below and must be permanently scribed on the assets major pressure boundary p part (e.g. valve body). Otherwise, use the existing CCRP Factory Pool Serial number.
3.7.2 For commercial DOP contractors, when there is no existing CCRP FP serial number, the DOP must assign a unique and permanent CCRP Factory Pool serial number consisting of the following 4 parts as follows:
FP-AAAAA-YY-XXXX
a. "FP" for identification to the Factory Pool Corporate Component Repair Program (CCRP).
b. "AAAAA" is the contractor's Commercial and Government Entity (CAGE) Code.
c. "YY" is the the two digit year of the completed overhaul date.
d. "XXXX" is the unique DOP sequential number assigned by the DOP. Each commercial activity will use 0001-9999 for their refurbishments since the CAGE Code part of the FP number plus the sequential number will uniquely identify the
refurbished component.
DOP must maintain a permanent log of all new FP serial numbers they assigned.
3.7.3 The refurbishing DOP must permanently attach a metal tag as shown in UIPI Enclosure (4) to identify the unique and permanent CCRP (FP) Serial Number, the NSN, SMS, SMS revision and the overhauling activity and fiscal year (FY) for all refurbished CCRP
assets.
3.8 See CDRL DI-MISC-80678 (URO MRC) - In addition to planned refurbishment to the drawing and applicable invoked Maintenance Standards (MS), all URO MRC inspections are required to be completed and documented. All URO MRC reports must be submitted to SUBSAFE
Supervising Authority, NSWC PD N64498.
3.8.1 If URO MRC-008 inspection is required, Contractor must first contact the Supervising Authority to notify when the inspection will be performed at least 72 hours prior to the inspection being performed, to provide opportunity to witness the inspection.
Inspection must be documented per UIPI 0810-902 and be forwarded to SUBSAFE Supervising Authority, NSWC PD N64498, along with a Contractor's serialized cover letter for review and approval.
Note: Once the SUBSAFE Supervising Authority approves the URO MRC inspection reports, a copy will be provided to SUBMEPP and Portsmouth Naval Shipyard (PNSY) Receipt Inspection Activity (RIA) to retain a copy on file. A completed copy must also be placed in
the shipping container with the refurbished asset prior to shipping.
3.8.2 See CDRL DI-MISC-80678 (UIPI COC) - CCRP Certificate of Compliance (CoC) is required to meet all the requirements of the applicable C of C from UIPI 0810-902 Enclosure (5) and must be reviewed by the SUBSAFE Supervising Authority, NSWC PD N64498.
Note: Following review by NSWC PD Supervising Authority, the CCRP CoC will be submitted to PNSY RIA, Code 133.2. A completed copy must be placed in the shipping container with the refurbished asset prior to shipping.
3.8.3 See CDRL DI-MISC-80678 (REC) - Completed REC package will be reviewed and accepted by the SUBSAFE Supervising Authority, NSWC PD N64498. A completed copy must be placed in the shipping container with the refurbished asset prior to shipping.
4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE.
5. PACKAGING
5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking must 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 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item.
6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD
(Contract Support Document) Library within ECDS.
6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the
ship, or unacceptable risk of personal injury or loss of life.
6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a
critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation).
6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements.
6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's
commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program.
6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the
Contracting Agency as important, are observed and evaluated.
6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government
representative prior to shipment.
6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied
conforms to the specified requirements.
6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, scratches, gouges, pits,
center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order.
6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated.
6.1.11 Verification - An examination performed to determine compliance with a specific requirement.
6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following:
- The requirements of this contract/purchase order.
- Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.).
- Contractually invoked federal, military, or commercial specifications and/or standards.
- Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government.
6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is
or after repair by an approved method.
6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of
time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method.
6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety.
6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts
- Health or Safety
- Effective Use or Operation
- Weight, Stability, or Structural Integrity
- System design parameters as schematics, flows, pressures or temperatures
- Compartment arrangements or assigned function
6.1.17 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major.
6.1.18 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item.
6.1.19 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval.
6.1.20 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification.
6.1.21 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order.
6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information
contained on those documents and drawings.
6.2.1 There are 7 (seven) 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.
X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
6.3 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.
6.4 Recent Updates - A short description of recent updates to the technical requirements of this item are listed below, along with an implementation date for each issue. The notes below are only a generic quick reference and are provided for convenience
only, detailed requirements will be defined elsewhere in the technical sections of this Contract/Purchase Order.
;Activated for use in Level and Non-Level CCRP Competitive SUBSAFE Refurbishment per ER 54572
- Jan 5 2017 - ECDS/CSD info was added to Definitions in the Notes section;

DATE OF FIRST SUBMISSION=ASREQ
Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply.

DATE OF FIRST SUBMISSION=ASREQ
Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply.

DATE OF FIRST SUBMISSION=ASREQ
Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply.

DATE OF FIRST SUBMISSION=ASREQ
No additional remarks are required for properly processing this DD1423

DATE OF FIRST SUBMISSION=ASREQ
No additional remarks are required for properly processing this DD1423

DATE OF FIRST SUBMISSION=ASREQ
No additional remarks are required for properly processing this DD1423

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

About the buyer

Address
NAVSUP WEAPON SYSTEMS SUPPORT MECH

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?