United States - 61--swcs battery set

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

Description

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
TIME OF DELIVERY (JUNE 1997)|20|0001|6|150|0001|6|210|||||||||||||||
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|N00104|TBD|TBD|N50286|TBD|||TBD||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
VALUE ENGINEERING (JUN 2020)|3||||
EQUAL OPPORTUNITY (SEP 2016)|2|||
INTEGRITY OF UNIT PRICES (NOV 2021)|1||
WARRANTY OF DATA--BASIC (MAR 2014)|2|||
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||
TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2|||
FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|1|0001|180 |CRANE (N00164)||||
PROGRESS PAYMENTS (NOV 2021)|4|||||
AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)|2|||
LIST OF AWARD ATTACHMENTS|5||||||
LIST OF SOLICITATION ATTACHMENTS|5||||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13||||||||||||||
ROYALTY INFORMATION (APR 1984)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|335911|1250||||||||||||
COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1||
TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE|
ALTERATIONS IN SOLICITATION (APR 1984)|3||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|
1. The resultant award of this solicitation will be issued bilaterally,requiring the contractor's written acceptance prior to execution.
2. Any contract awarded as a result of this solicitation will be a "DO" ratedorder certified for national defense use under the Defense Priorities andAllocations System (DPAS). See 52.211-14, Notice of Priority Rating forNational Defense, Emergency Preparedness,
and Energy Program Use.
3. In addition to the Section L and M in the RFP, please see the attachedSection L and M. DD 1423.
4. The complete RFP package must be signed and returned prior to the closingdate. Emailed proposals are acceptable. NECO quotes will NOT be accepted andwill be determined non-responsive. Do NOT fax proposals.
5. This procurement has First Article Test requirements.
6. Production Lot Testing in accordance with the Specification incorporatedIn Section C is required. The production lot test samples or report mustBe presented to the Government Quality Assurance Representative(GQAR) byThe scheduled delivery date for supplies
cited elsewhere in the contract.The Contracting Officer shall notify, in writing, of the approval,Conditional approval, or disapproval of the samples or report within 180 daysof receipt of same. The rights and obligations of, and remedies available tothe C
Contractor and the Government are those detailed in FAR Clause52.246-2Inspection of Supplies-Fixed Price incorporated by reference in thisContract with respect to approval or disapproval of the Production Lot Testing.Shipment of the Production Lot shall be
accomplished as soon as notification of approval of samples or test reports. Samples that aredestroyed in testing will not be returned to the Contractor. Samples that arenot destroyed through testing will be returned at contractor's expense viacommercial collect
Bill of Lading.
( The GQAR is authorized to provide approval or disapproval of a productionLot and report when Block 7 of the DD Form 1423 is Coded SS)
( Production lot test samples that are not destroyed in testing and thatsatisfy contract requirements may be delivered as part of the total contractquantity).
7. Delivery is as follows:The production Lot (minimum 920 cells), test samplesare due - 150 days after date of order.
Additional Production Lots are due 60 days after the previous production lotsubmittal.
Delivery of the sample lot - 30 days after approval.
This schedule takes precedence over the 330 day delivery schedule on theschedule page. There will be four lots of 6 sets.
8. All contractual documents (i.e. contracts, purchase orders, taskorders, delivery orders, and modifications) related to the instant procurementare considered to be "issued" by the Government when copies are eitherdeposited in the mail, transmitted by facsimile,
or sent by other electroniccommerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractualdocuments as detailed here in.
\
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture or refurbishment and the contract quality requirements for the SWCS BATTERY SET .
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.
2.2.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
2.2.3 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric
Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification
revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009,
R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract.
DRAWING DATA=GXS-PS-0007 |53711| -|PS |D|0001 | -|49998|0557501
DRAWING DATA=7005527 |53711| F| |D|0001 | F|49998|0207125
DRAWING DATA=8578720 |53711| -| |D|0001 | -|49998|0069890
DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| |01|
3. REQUIREMENTS
3.1 Design, Manufacture, and Performance - Except as modified herein, the item furnished under this contract/purchase order must meet the design, manufacture, and performance requirements specified on CAGE ;53711;
Drawing ;NAVSEA 8578720, 7005527 and Procurement Specification GXS-PS-0007; .
3.2 ;Battery Set is identified as 8578720-2.;
3.3 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as
listed below.
3.4 Marking - This item must be physically identified in accordance with MIL-STD-130.
3.5 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required.
3.6 Production Lot Approval (Government Testing) - Production Lot Test and approval is required.
Test - Quality Conformance/Compliance Inspection
Item - ;Production test sample in accordance with Procurement Specification GXS-PS-0007.;
Performance - ;Procurement Specification GXS-PS-0007.;
Acceptance - ;Procurement Specification GXS-PS-0007.;
3.7 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government inelectronic (C4) format.
Definitions are provided elsewhere in the Contract/Purchase Order.
3.7.1 Waivers/Deviations - Waivers and Deviations must be designated as Critical, Major, or minor. All waivers and deviations require review and approval bythe Contracting Officer. A copy of approved waivers and deviations with related OQE must be submitted
via WAWF as part of the entire OQE package. (SOC MCD C material requires both approved and disapproved waivers and deviations be submitted) Requests must include the information listed below.
a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor.
b. Number of units (and serial/lot numbers) to be delivered in this configuration.
c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to theoperational use of the product.
d. Information about remedial action being taken to prevent reoccurrence of the non-conformance.
3.7.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/
3.7.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering
Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information:
a. The change priority, change classification (Class I or Class II), and change justification.
b. A complete description of the change to be made and the need for that change.
c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs.
d. Proposed changes to documents controlled by the Government.
f. Recommendations about the way a retrofit should be accomplished.
g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of theproduct.
h. Impacts to the operational use of the product.
i. Complete estimated life-cycle cost impact of the proposed change.
j. Milestones relating to the processing and implementation of the engineeringchange.
3.8 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection.
3.9 Source Control Item - Previous delivery of the specified National Stock Number or similar item manufactured to technical procurement specifications and/or drawings supplied by a Government activity or Price Contractor does not in itself qualify a supplier
as a Government approved source. Only those sources for this item previously approved by the Government have been solicited. The time required for approval of a new supplier is normally such that award cannot be delayed pending approval of the new source.
If you have not been solicited and you can furnish either (a) proof of your prior approval as a supplier of this item, or (b) data showing you have produced the same or similar items satisfactorily for the Government or a commercial source, or (c) test
data indicating your product can meet service operating requirements, or (d) other pertinent data concerning your qualificatin to produce the required item, notify the Procurement Contracting Officer in writing, furnishing said proof of data for evaluation
possibly leading to your firm being authorized as an approved source for this procurement or subsequent procurements.
^ QUALITY ASSURANCE REQUIREMENTS ^
3.10 First Article Test/Inspection (Government) - ;Destructive; - The Contractor shall deliver ;20 Cell; unit(s) to ;Crane Division, Naval Surface Warfare Center (NSWC Crane); for First Article Tests in accordance with the ;Procurement Specification
GXS-PS-0007 Paragraph 3.9; .
4. QUALITY ASSURANCE
4.1 Notes to the Contractor -
4.1.1 The Contractor for proprietary designs - Departures from Contractor imposed requirements, not specifically covered by the contract, must be judged individually on the basis of the effect, if any, on contractual requirements. The departure must be
considered a nonconformance and be submitted to the PCO for disposition.
4.1.2 The Contractor for proprietary designs - All records of departures from Contractor imposed requirements must be maintained and available for review at the Contractor's facility. A record of these departures, traceable to the applicable part number and
contract number must be submitted to the PCO.
4.1.3 The Contractor for proprietary designs - For proprietary designs, the contractor's part numbers are acceptable for reference only. The delivered material must conform to all drawings, specifications, and other contractual requirements.
4.1.4 The Contractor - The ECDS (Electronic Contractor Data Submission) system is available for certain data submissions, and to submit questions and clarifications, and waiver requests on Contracts and Solicitations. ECDS can be found at:
https://register.nslc.navy.mil/
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 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.
6.1.1 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.
6.2 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.

Opportunity closing date
30 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?