United States - 59--cable assembly,spec

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
27 January 2025
Opportunity publication date
27 December 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

CONTACT INFORMATION|4|N744.7|CFA|717-605-8197|JORDAN.D.NEELY@NAVY.MIL|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specifications Section C and Section E.|
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|N/A|||||1-866-618-5988 - WAWF Helpdesk|
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS|
EQUAL OPPORTUNITY (SEP 2016)|2|||
EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4|||||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.|||||
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11||||||||||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13||X||||||||||||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5||||||
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|335931|600||||||||||||
INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2|||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|
1.This requirement is pursuant to Emergency Acquisition Flexibilities (EAF).
2.The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution.
3.All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the Government when copies are either deposited in the mail, transmitted by
facsimile, or sent by other electronic commerce methods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein.
4.If requirement will be packaged at a location different from the offeror's address, the offeror shall provide the name, street address, and CAGE of the facility.
5.Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS). Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy
Program Use, shall be inserted in solicitations when the contract to be awarded shall be a rated order.
6.If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation.
9.Offeror's must have a valid U.S. Security Clearance of CONFIDENTIAL or higher in order to respond to this RFQ N0010425QNB23, because the RFQ N0010425QNB23 includes an annex classified at the CONFIDENTIAL level, which will be released only to offerors possessing
the appropriate clearance. All classified material must be handled in accordance with the National Industrial Security Program Operating (NSPOM)(DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R).
\
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CABLE ASSEMBLY,SPEC .
2. APPLICABLE DOCUMENTS
2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions.
2.1.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made.
2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
2.2 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.
2.3 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254).
The classified documents and security level are: ;IAW DWG 5894148 rev J para 3.2.1.1DWG 5759651 requires dd254.;
DRAWING DATA=15252 |10001| -|WS |D|0000.I | -|49998|0017894
DRAWING DATA=15252 |10001| -|WS |D|0000.II | -|49998|0022083
DRAWING DATA=15252 |10001| -|WS |D|0001 | -|49998|0022449
DRAWING DATA=15252 |10001| -|WS |D|0002 | -|49998|0039075
DRAWING DATA=15252 |10001| -|WS |D|0003 | -|49998|0039563
DRAWING DATA=15252 |10001| -|WS |D|0004 | -|49998|0032743
DRAWING DATA=15252 |10001| -|WS |D|0005 | -|49998|0035391
DRAWING DATA=15252 |10001| -|WS |D|0006 | -|49998|0041103
DRAWING DATA=15252 |10001| -|WS |D|0007 | -|49998|0040455
DRAWING DATA=15252 |10001| -|WS |D|0008 | -|49998|0036962
DRAWING DATA=15252 |10001| -|WS |D|0009 | -|49998|0054705
DRAWING DATA=5893737 |53711| T| |D|0001 | T|49998|0150596
DRAWING DATA=5893737 |53711| P|PL |D|0001 | P|49998|0021727
DRAWING DATA=5894148 |53711| J|DOC|D|0001 | J|49998|0213481
DRAWING DATA=5906555 |53711| G| |D|0001 | G|49998|0273301
DRAWING DATA=5906555 |53711| G|FN |D|0001 | G|49998|0273323
DRAWING DATA=6105233 |53711| D|FN |D|0001 | D|49998|0058098
DRAWING DATA=6105244 |53711| D|FN |D|0001 | D|49998|0054172
DRAWING DATA=6105308 |53711| B|FN |D|0001 | B|49998|0056160
DRAWING DATA=6105321 |53711| F|FN |D|0001 | F|49998|0072768
DRAWING DATA=6105323 |53711| C|FN |D|0001 | C|49998|0060916
DRAWING DATA=6105355 |53711| D|FN |D|0001 | D|49998|0055168
DRAWING DATA=6105356 |53711| C|FN |D|0001 | C|49998|0056491
DRAWING DATA=6120457 |53711| B|FN |D|0001 | B|49998|0228728
DRAWING DATA=6120458 |53711| A|FN |D|0001 | A|49998|0039654
DRAWING DATA=6120458 |53711| A|FN |D|0002 | A|49998|0022255
DRAWING DATA=6120458 |53711| A|FN |D|0003 | A|49998|0025947
DRAWING DATA=6120458 |53711| A|FN |D|0004 | A|49998|0021640
DRAWING DATA=6120458 |53711| A|FN |D|0005 | A|49998|0024338
DRAWING DATA=6120458 |53711| A|FN |D|0006 | A|49998|0027564
DRAWING DATA=6120458 |53711| A|FN |D|0007 | A|49998|0035673
DRAWING DATA=6120458 |53711| A|FN |D|0008 | A|49998|0028395
DRAWING DATA=6120458 |53711| A|FN |D|0009 | A|49998|0027065
DRAWING DATA=6120458 |53711| A|FN |D|0010 | A|49998|0025363
DRAWING DATA=6239880 |53711| C|FN |D|0001 | C|49998|0181784
DRAWING DATA=6239881 |53711| -| |D|0001 | -|49998|0026066
DRAWING DATA=6239881 |53711| -| |D|0002 | -|49998|0036108
DRAWING DATA=6239881 |53711| -| |D|0003 | -|49998|0047138
DRAWING DATA=6239881 |53711| -| |D|0004 | -|49998|0034939
DRAWING DATA=6239881 |53711| -| |D|0005 | -|49998|0038089
DRAWING DATA=6239881 |53711| -| |D|0006 | -|49998|0036272
DRAWING DATA=6239881 |53711| -| |D|0007 | -|49998|0038761
DRAWING DATA=6239881 |53711| -| |D|0008 | -|49998|0025166
DRAWING DATA=6239881 |53711| A|FN |D|0001 | A|49998|0038710
DRAWING DATA=6239881 |53711| A|FN |D|0002 | A|49998|0025455
DRAWING DATA=6239881 |53711| A|FN |D|0003 | A|49998|0029623
DRAWING DATA=6239881 |53711| A|FN |D|0004 | A|49998|0022958
DRAWING DATA=6239881 |53711| A|FN |D|0005 | A|49998|0026582
DRAWING DATA=6239881 |53711| A|FN |D|0006 | A|49998|0025696
DRAWING DATA=6239881 |53711| A|FN |D|0007 | A|49998|0027845
DRAWING DATA=6239881 |53711| A|FN |D|0008 | A|49998|0022382
DRAWING DATA=6239882 |53711| A|FN |D|0001 | A|49998|0038669
DRAWING DATA=6239882 |53711| A|FN |D|0002 | A|49998|0026068
DRAWING DATA=6239882 |53711| A|FN |D|0003 | A|49998|0027259
DRAWING DATA=6239882 |53711| A|FN |D|0004 | A|49998|0029032
DRAWING DATA=6370928 |53711| -| |D|0001 | -|49998|0040873
DRAWING DATA=6370928 |53711| -| |D|0002 | -|49998|0045573
DRAWING DATA=6370928 |53711| -| |D|0003 | -|49998|0057163
DRAWING DATA=6370928 |53711| -| |D|0004 | -|49998|0047097
DRAWING DATA=6370928 |53711| -| |D|0005 | -|49998|0057486
DRAWING DATA=6370928 |53711| -| |D|0006 | -|49998|0053496
DRAWING DATA=6370928 |53711| -| |D|0007 | -|49998|0048208
DRAWING DATA=6370928 |53711| -| |D|0008 | -|49998|0023367
DRAWING DATA=6370928 |53711| A|FN |D|0001 | A|49998|0113604
DRAWING DATA=6370928 |53711| A|FN |D|0002 | A|49998|0073756
DRAWING DATA=6370928 |53711| A|FN |D|0003 | A|49998|0087005
DRAWING DATA=6370928 |53711| A|FN |D|0004 | A|49998|0074493
DRAWING DATA=6370928 |53711| A|FN |D|0005 | A|49998|0089297
DRAWING DATA=6370928 |53711| A|FN |D|0006 | A|49998|0085026
DRAWING DATA=6370928 |53711| A|FN |D|0007 | A|49998|0074676
DRAWING DATA=6370928 |53711| A|FN |D|0008 | A|49998|0036940
DRAWING DATA=6370928 |53711| 1|1N |D|0001 | 1|49998|0085282
DRAWING DATA=6657093 |53711| A|FN |D|0001 | A|49998|0071141
DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03|
DOCUMENT REF DATA=ISO9001 | | | |010417|A| | |
DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03|
3. REQUIREMENTS
3.1 Design, Manufacture, and Performance - Except as modified herein,
the CABLE ASSEMBLY,SPEC furnished under this contract/purchase order shall meet the
design, manufacture, and performance requirements specified on drawing ;5893737;
cage ;53711;
.
3.2 Marking - This item shall be physically identified in accordance
with ;MIL-STD-129; .
3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973,
Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original
and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until
another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted,
the date of the granting of the authorization, and the name of the granting authority.
Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below.
The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788.
Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor.
3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material
will be cause for rejection.
If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The
contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting
Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part.
The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of
contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are
located so as not to constitute a contamination hazard.
If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a
polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the
requirements of this contract are concerned.
These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements.
Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided:
Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a
component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface
ship atmosphere.
3.5 Security Clearance Required - This contract/purchase order requires the Contractor to have a Government Security Clearance in accordance with the attached Contract Security Classification Specification (DD Form 254).
3.6 Production Lot Approval (Contractor Testing) - Production Lot Test and approval is required.
3.7 ;To become a qualified manufacturer of any of the cables listedabove, the contractor must manufacture two (2) each of the 5W1,5W2, 5W7, and 5W8 Cable Assemblies and test them IAW therequirements of specification 53711-5894148, REV J.;
3.8 Serialization - The supplier shall mark a serial number on each CABLE ASSEMBLY,SPEC in accordance with ;IAW 5893737 REV T note 24
IAW 5894148 REV J para 3.3.4;
. Actual serial numbers will be assigned ;APPLY A GOVERNMENT SERIAL NUMBER TO EACH UNIT MANUFACTURED. SERIAL NUMBER SHALL BE OBTAINED FROM COMMANDER, NUWC DIVISION NEWPORT, NEWPORT, RI 02841-1708.Serial numbers are now obtained from NUWC Newport by sending
NUWC_NPT_SERIALNUMBERS@NAVY.MIL
; .
3.9 Marking - This assembly and its piece parts shall be physically identified in accordance with MIL-STD-130.
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 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001.
4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to
MIL-I-45208 are granted permission to utilize this if desired. ;
4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any
inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance
does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material.
4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during
the performance of the contract and for a period of four years after final delivery of supplies.
4.5 ;FAT testing, All CDRLS and Production Lot testing has been waived for OTSI.;
4.6 Production Lot Test (Contractor) - The Contractor shall perform Production Lot Testing in accordance with ;IAW DRAWING 5894148 REV J. Para 4.2.2.1
; .
4.7 First Article Test/Inspection (Contractor) - The Contractor shall conduct ;CRITICAL ITEM PRODUCTION FABRICATION SPECIFICATION DRAWING 5894148 REV J.
; First Article Test/Inspection on ;2
; unit(s) in accordance with requirements ;Paragraph 3.2.1.1
Paragraph 3.2.1.3 and 4.2.4.3;
.
4.8 Quality Conformance Inspection - The contractor is responsible for conducting a Quality Conformance Inspection in accordance with ;Quality Conformance Inspection IAW DWG 5894148 Rev J paragraph 4.2
; , paragraph ;Paragraph 4.2.1.3 Documentation.;
and preparing an inspection report in accordance with the Contract Data Requirements List, DD Form 1423.
5. PACKAGING
5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below.
MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE
6. NOTES
6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS)
(i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products.
A. Availability of Cancelled Documents - The DODSSP offers cancelled documents that are required by private industry in fulfillment of contractual obligations in paper format. Documents can be requested by phoning the Subscription Services Desk.
B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. They may be obtained from the publishers of the applicable societies.
C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410P, 101 Strauss Avenue
Indian Head, MD 20640-5035
D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government Contract Number, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for
certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document.
E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from:
Contracting Officer
NAVICP-MECH
Code 87321
5450 Carlisle Pike
P.O. Box 2020
Mechanicsburg, Pa. 17055-0788
F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered from:
Commanding Officer
NAVICP-MECH
Code 009
5450 Carlisle Pike
P.O. Box 2020
Mechanicsburg, Pa. 17055-0788
G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
H. Interim Changes and Classified Specifications shall be obtained by submitting a request on DD Form 1425 to NAVICP-MECH.
6.2 ;The classified documents and security level are: IAW DWG 5894148 rev J para 3.2.1.1; DWG 5759651 requires dd254.;

DATE OF FIRST SUBMISSION=030 DAC
;Preproduction tests are those tests performed on the sampleselected as specified in 4.2.1.1 to verify that the requirementsof this specification are met prior to the start of production.The preproduction tests are detailed in Figures 2 and 3.
;

DATE OF FIRST SUBMISSION=ASREQ
;Copies of the Certificate of Quality Compliance CDRLs shall bedelivered to the Engineering Support Activity, NUWC Newport: NWPT.NUWC_8554_QAPCDRL@navy.mil
james.c.ferguson1.civ@us.navy.mil
patrick.r.faerber.civ@us.navy.mil
Recommend a Post Award Conference be conducted with the contractorsupplier to review the item Key Features. The governmentEngineering Support Activity, NUWC Newport, would like toparticipate in the conference if one is scheduled.
;

DATE OF FIRST SUBMISSION=ASREQ
Submit before material delivery a Certificate of Compliance per DI-MISC-81356 to Block 14 addresses. A separate Certificate of Compliance shall be prepared and submitted for each unique combination of Contract/Purchase Order Number, National Stock Number and
Item Nomenclature specified in the schedule of Supply/Services.
;Copies of the Certificate of Quality Compliance CDRLs shall bedelivered to the Engineering Support Activity, NUWC Newport: NWPT.NUWC_8554_QAPCDRL@navy.mil
james.c.ferguson1.civ@us.navy.mil
patrick.r.faerber.civ@us.navy.mil
Recommend a Post Award Conference be conducted with the contractorsupplier to review the item Key Features. The governmentEngineering Support Activity, NUWC Newport, would like toparticipate in the conference if one is scheduled.
;

DATE OF FIRST SUBMISSION=030 DAC
;Copies of the Certificate of Quality Compliance CDRLs shall bedelivered to the Engineering Support Activity, NUWC Newport: NWPT.NUWC_8554_QAPCDRL@navy.mil
james.c.ferguson1.civ@us.navy.mil
patrick.r.faerber.civ@us.navy.mil
Recommend a Post Award Conference be conducted with the contractorsupplier to review the item Key Features. The governmentEngineering Support Activity, NUWC Newport, would like toparticipate in the conference if one is scheduled.
;

Opportunity closing date
27 January 2025
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?