Tender Details
Title

CRIMPER,BLASTING CA Solicitation DEPT OF DEFENSE

Country
Language
English
Organization
Published Date
16.10.2024
Deadline Date
28.10.2024
Overview
CRIMPER,BLASTING CA Solicitation CONTACT INFORMATION4N774.3BV4717-605-3918russell.w.kreider.civ@us.navy.mil ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)19 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)1ISO9001 INSPEC N0010425QXA18 America/New_York DEPT OF DEFENSE CRIMPER,BLASTING CA America/New_York eMail : RUSSELL.W.KREIDER.CIV@US.NAVY.MIL Telephone: 7176053918 N0010425QXA18 CONTACT INFORMATION|4|N774.3|BV4|717-605-3918|russell.w.kreider.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2 | WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo) To Be Determined |N00104|To Be Determined |To Be Determined |See Schedule |To Be Determined |See Schedule To Be Determined NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS Mechanicsburg| EQUAL OPPORTUNITY (SEP 2016)|2 | FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11 OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 days after contract award date | NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1 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|332216|750|x|x NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2 x| Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to Russell.W.Kreider.Civ@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection Required. C. All freight is FOB Origin. D. This RFQ is for a BUY/Procurement. 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. E. Only a Firm-Fixed Price (FFP) will be accepted. F. Must adhere to IUID requirements of DFARS 252.211-7003 G. The ultimate awardee of the proposed contract action must be an authorized source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. H. Your quote should include the following information for justification purposes: - New procurement unit price - Total Price _ - Procurement delivery lead time (PTAT) _ days - Award to CAGE _ - Inspection & Acceptance CAGE, if not at Award to CAGE _ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _ (90 Days minimum is requested). - Delivery Vehicle (If Delivery Order requested)(e.g. if your CAGE has a current BOA/IDIQ) I. Important Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide an official letter and/or email from the OEM confirming that your company is an authorized distributor of their items. EVALUATION FACTORS: Evaluation Utilizing Simplified Acquisition Procedures The Government will issue an order resulting from this Request for Quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and a non-price factors. The following factors will be used to evaluate quotations in order of relative importance: 1) Price. 2) Past Performance. The offeror's past performance on related contracts will be evaluated to determine the following as appropriate: successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, and customer satisfaction. 3) Supplier Performance Risk as described in DFARS 252.204-7024. (End of provision) Quotes shall be received no later than the date specified in the solicitation in order to be considered. J. OPTIONS PROSPECTIVE OPTION QUANTITY UP TO 100% NOTES: The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, The government requests up to a 100% (2,040 EA) option for a period of 365 days. The option grants the Government the unilateral authority to increase this order up to the above quantity within 365 days of the contract award date. This will incorporate FAR Clause 52.217-6 (Option for Increased Quantity) into the award. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. A modification will be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% option quantity for the contract. Yes or No Or if you request a variation to the option please let me know in your quote. Note: This is not being solicited as a small business set aside. Due to a system limitation the box at the top of page 1 is not able to be edited. This is solicited as an unrestricted full and open competition procurement. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CRIMPER,BLASTING CA . 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. DRAWING DATA=32945 |53711| B|WS |A|0001 | B|49998|0018922 DRAWING DATA=32945 |53711| B|WS |A|0002 | B|49998|0023939 DRAWING DATA=32945 |53711| B|WS |A|0003 | B|49998|0038260 DRAWING DATA=32945 |53711| B|WS |A|0004 | B|49998|0036596 DRAWING DATA=32945 |53711| B|WS |A|0005 | B|49998|0009645 DRAWING DATA=32945 |53711| B|WS |A|0006 | B|49998|0050091 DRAWING DATA=32945 |53711| B|WS |A|0007 | B|49998|0031208 DRAWING DATA=32945 |53711| B|WS |A|0008 | B|49998|0024495 DRAWING DATA=32945 |53711| B|WS |A|0009 | B|49998|0037640 DRAWING DATA=32945 |53711| B|WS |A|0010 | B|49998|0026272 DRAWING DATA=5762416 |53711| D| |C|0001 | D|49998|0141115 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CRIMPER,BLASTING CA furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _ ref. no. ;53711 5762416; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 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. 3.4 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.5 Non-Magnetic Inspection shall be in accordance with MIL-DTL-19595. 3.6 The contractor shall notify the Government testing activity ;90; days prior to shipment of material to be tested. 3.7 ;Sources of manufacture, supplies, and material (Buy America Act compliance): Strict compliance of BAA will be adhered to from source/s themselves, or sources that utilize suppliers, vendors, and sub-vendors, required to manufacture M2 Blasting Cap Crimpers/Fuse Cutter, must ensure materials used are in compliance with the Buy America Act.; 3.7.1 ;Please manufacture this item IAW Drawing 5762416 and Weapons Spec 32945 B.; 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 Production Lot Test - The Contractor shall deliver ;all; unit(s) to ;NAVAL SURFACE WARFARE CENTER INDIAN HEAD EXPLOSIVE ORDNANCE DISPOSAL TECHNOLOGY DIVISION INDIAN HEAD, MD 20640-5070Attn: Cory Legagneux.; for 100% production lot testing in accordance with ;For all specification on drawing 5762416 and all other associated drawings and specification.; . Upon satisfactory completion of the production lot test, the Government facility shall prepare and package the unit(s) for transshipment to final shipment destination(s) in accordance with the requirements of this contract/purchase order. 4.5 First Article Test/Inspection (Government) - The Contractor shall deliver ;10 each; unit(s) to ;NSWC Indian Head EOD Technology Center (N42794), 2008 Stump Neck Road, Bldg. 2195, Indian Head, Md. 20640, Attn: Terri Douglas or Cory Legagneux, 301.744.5776; for First Article Tests in accordance with the ;The government has 90 days upon receipt of material to test and inspect the first Article units in accordance with drawing 5762416 and all other associated specifications and contract provisions. ; . 4.6 ;Upon successful completion of first article testing, the manufacturer shall submit the remaining production lot (PLT) quantities in lots of 200-400 for final acceptance until the overall contract quantity is achieved. This will ensure any defects or flaws discovered during inspection and testing will only affect a particular lot and not the entire contract quantity. It will also place material in A condition stock (ready for issue stock) in a more timely manner whereby meeting any current backorders.; 4.6.1 ;Material Certifications are required as part of the final acceptance criteria. The manufacturer must include all material certifications (Certificate of Conformance) on material.; 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. 6.4 ;All vendors are required to submit Material C of C's on all First Article (FA) and Production Lot Testing (PLT) materials arriving for final acceptance inspection.; 6.4.1 ;Documents references from notes from drawing: 1. INTERPRET DRAWING IAW: ASME Y14.5-2018, ASME Y14.24-2020, ASME Y14.34-2013, ASME Y14.35-2014, ASME Y14.100-2017.2. MATERIAL: CARBON STEEL, AISI 1045.3. ITEM SHALL BE MARKED IN ACCORDANCE WITH MIL-STD-130 (MARKING METHOD CAST OR FORGED) AS FOLLOWS: 53711-5762416, THE APPLICABLE REVISION LETTER, WITH MANUFACTURER AND LOT NUMBER. 4. ITEM SHALL BE HEAT TREATED IN ACCORDANCE WITH SAE-AMS2761 TO ROCKWELL C 48-53. 6. ITEM SHALL BE FINISHED IN ACCORDANCE WITH MIL-STD-171, FINISH 3.3.1.1. 10. ITEM SHALL COMPLY WITH THE REQUIREMENTS OF MIL-DTL-43438E. ; NAICS Code : 332216 PSC Code : 5120 Phone : N/A
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business Gasket Justice Nonferrous Metal (except Copper and Aluminum) Rolling Copper Motorcycle Financial Transactions Processing Justice Automatic Environmental Control Manufacturing for Residential Copper Rolling Pulp Other Justice Copper Rolling Coating Other Aluminum Rolling Commercial Financial Transactions Processing Coating Photographic Film Management Other Justice Agencies All Other Publishers Copper Process Small Arms Metal Can
CPVS
Welding Earthmoving and excavating machinery, and associated parts Nuclear reactors and parts Iron, lead, zinc, tin and copper Caps Weapons, ammunition and associated parts Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Calendars Construction, foundation and surface works for highways, roads Publications Desks Carbon Stocks Nuclear reactors Lead Records Document creation, drawing, imaging, scheduling and productivity software package Command, control, communication systems Supports Foundation work for highways, roads, streets and footpaths Document creation, drawing, imaging, scheduling and productivity software development services Construction work for highways, roads 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 Boxes Parts of other vehicles Other services Steel Seats, chairs and related products, and associated parts Technical manuals Approval plans, working drawings and specifications Furnishing Explosives Blasting work Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Designs Dates Fuses, caps, igniters and electric detonators
UNSPSC
Explosives Calendars Awards Business cases Packing Inspection Distribution Desks Surface Caps Single room Case making services IP phones Packaging case Boxes Financial Instruments, Products, Contracts and Agreements Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Humanitarian Relief Items, Kits, or Accessories 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 Bridges and Tunnels Postal and Courier Services Roads and Highways-Bridge Oil and Gas Law and Legal Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Technology Hardware and Equipment Construction Agriculture-Food and Beverages Energy-Power and Electrical Computer Hardwares and Consumables Industry Aviation Electronics Construction Materials 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