Tender Details
Title

48--VALVE,BALL Solicitation DEPT OF DEFENSE

Country
Language
English
Organization
Published Date
22.10.2024
Deadline Date
15.11.2024
Overview
48--VALVE,BALL Solicitation CONTACT INFORMATION4N742.10WV3DDN/Amadison.m.gray4.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)19 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)1MIL-I-45208 INSPECTION N0010425QZA02 America/New_York DEPT OF DEFENSE 48--VALVE,BALL America/New_York eMail : MADISON.M.GRAY4.CIV@US.NAVY.MIL Telephone: 7176054056 N0010425QZA02 CONTACT INFORMATION|4|N742.10|WV3DD|N/A|madison.m.gray4.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/ACCEPTANCE POINT|6 | WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Invoice and Receiving Report (COMBO)|N/A|TBD|N00104 |N50286|TBD |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 | WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from date of delivery|one year from date of delivery | NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13 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. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers. See Clause 252.213-7000 and NAVSUP WSS term WSSTERMMZ01. 2. 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 in the mail, transmitted by facsimile, or sent by other electronic methods, such as email. The Government's acceptance of the contract proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 3. The following proposed delivery schedule applies: Final delivery of material shall be on or before 365 days after the effective date of the contract. 4. Drawings associated with this solicitation will be made available on the individual solicitation page on Contract 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. This requirement requires access to classified drawings. These drawings are not required to submit a quote, however, in the event of an award, a facility clearance may be required in accordance with FAR 52.204-2. 6. 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 FAR Clause 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. 7. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. \\\\ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture or refurbishment and the contract quality requirements for the VALVE,BALL . 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. 2.3 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: ;4456141 Rev A, Confidential; 2.3.1 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.3.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.3.3 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=PYR-12964 |53711| -|LR |D|0001 | -|49998|0061123 DRAWING DATA=2285-300 |43689| S| |D|0001 | S|00026|0000000 DRAWING DATA=255583 |43689| L| |D|0001 | L|00026|0000000 DRAWING DATA=255588 |43689| M| |D|0001 | M|49998|0402200 DRAWING DATA=255590 |43689| G| |D|0001 | G|49998|0426335 DRAWING DATA=256120 |43689| J| |D|0001 | J|49998|0180397 DRAWING DATA=256121 |43689| F| |D|0001 | F|00026|0000000 DRAWING DATA=256122 |43689| D| |D|0001 | D|49998|0450109 DRAWING DATA=256123 |43689| F| |D|0001 | F|49998|0353138 DRAWING DATA=256124 |43689| D| |D|0001 | D|49998|0111386 DRAWING DATA=4456141 |80064| A| |X|0001 | A|00026|0000000 DOCUMENT REF DATA=012398928 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 ;43689; Drawing ;2285-300 Assembly AT; . 3.2 Marking - This item must be physically identified in accordance with MIL-STD-130. 3.3 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. 3.3.1 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. 3.3.2 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/ 3.3.3 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. 3.4 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. 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. NAICS Code : 332919 PSC Code : 4820 Phone : N/A
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business Hardware Gasket Justice Electric Power Transmission Web Search Portals Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Regulation and Administration of Communications Motorcycle Securities Justice Automatic Environmental Control Manufacturing for Residential Copper Rolling Architectural Pulp Other Justice Copper Rolling Machinery Regulation Other Aluminum Rolling Commercial Regulation and Administration of Communications Web Search Portals Research and Development in the Physical Photographic Film Management Other Justice Agencies All Other Publishers Research and Development in the Physical Small Arms Metal Can
CPVS
Welding Tools Earthmoving and excavating machinery, and associated parts Nuclear reactors and parts Weapons, ammunition and associated parts System, storage and content management software package Refurbishment work Control, safety, signalling and light equipment Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Desks Stocks Nuclear reactors Mercury Records Document creation, drawing, imaging, scheduling and productivity software package Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Document creation, drawing, imaging, scheduling and productivity software development services Control, safety or signalling equipment for port installations Command, control, communication and computer systems Paper, printing and bookbinding machinery and parts System, storage and content management software development services Parts of nuclear reactors Forms Library, archives, museums and other cultural services Boxes Pressure-reducing, control, check or safety valves Other services Seats, chairs and related products, and associated parts Technical manuals Control, safety or signalling equipment for roads Furnishing Security, fire-fighting, police and defence equipment Electronic, electromechanical and electrotechnical supplies Hardware Designs Tool parts Manuals Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Hardware Software Awards Business cases Packing Inspection Distribution Well engineering Logistics Libraries Equipment cases Desks Surface Library Interfaces Single room Case making services IP phones Packaging case Boxes Financial Instruments, Products, Contracts and Agreements Securities Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries North America Northern America
Sectors
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Bridges and Tunnels Engineering Energy Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Agriculture-Food and Beverages Energy-Power and Electrical Computer Hardwares and Consumables Industry Aviation Electronics Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert