Federal Solicitation Opportunities

Showing 1-50 of 663 opportunities

These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.

Future X-Band Radar Development and LRIP

14 November 2025 - ISSUANCE OF FORMAL SOLICITATION N00024-26-R-5502 PEO IWS 2.0 is pleased to release the competitive Request for Proposal (RFP) for the Future X-Band Radar (FXR) for Fiscal Year 2026 (FY26) to FY33. The RFP and attachments will not be available on SAM.gov. Potential Offerors must contact the following POCs to receive the competitive RFP. The competitive RFP is also available on the FXR Bidder's Library via NSERC for companies who have an approved UNCLASS Terms of Use Agreement (TOUA). POCs: Alex Gosnell at alexander.b.gosnell.civ@us.navy.mil Jay Patel at jay.p.patel5.civ@us.navy.mil AVAILABILITY OF ATTACHMENTS AND BIDDER'S LIBRARY Section J Exhibits and Attachments, GFI, and Section L Attachments are available on the UNCLASS FXR Bidder's Library via NSERC. Please adhere to Section L 1.3 of the RFP. The deadline to request access to the Bidder's Library is 1500 EST 29 December 2025. SUBMISSION OF QUESTIONS Potential Offerors submitting questions relating to this solicitation shall adhere to Section L 1.4 of the RFP and submit to the POCs by 1500 EST 29 December 2025. Questions or comments may be subject to public release.

Deadline: 2/12/2026
Posted: 11/14/2025
SolicitationNAICS: 334511.0

20--TILE

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATION SECTIONS C AND E | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001|2100|200|0002|2100|200|||||||0001|2100|500|0002|2100|500|||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|TBD|||||| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS ($100K)(FEB 1997)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|336611|1300|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|FIRM-FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION OF FIRST ARTICLE TESTING|3|||| 1. This solicitation is for the following PROCUREMENT: CLIN 0001; TILE. NSN 1HS 2090 012244914 ST; Quantity 2100. CLIN 0002; TILE. NSN 1HS 2090 012244914 ST; Quantity 2100. 2. The resultant award of this solicitation will be issued bilaterally,requiring the contractor?s written acceptance prior to execution. 3. Please provide the following information in the procurement quote: A. Your CAGE (used as the awardee CAGE):___________________ B. the unit procurement price: $____________________________________ (FirmFixed Price). C. The procurement CAGE _____________ and packaging CAGE___________ (asdescribed in #2). D. Procurement Acquisition Time, delivered in _____ days. 4. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement aretheconsidered to be "issued" by the Government when copies are either deposited inthe mail, transmitted by facsimile, or sent by other electronic commerceited methods such as email. The Government's acceptance of the contractor's proposalconstitutes bilateral agreement to "issue" contractual documents as detailedherein. 5. If requirement will be packaged at a location different from the offeror'saddress, the offer or shall provide the name, street address, and CAGE of thefacility. 6. Any contract awarded as a result of this solicitation will be DO certifiedfor 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 insolicitations when the contract to be awarded shall be a rated order. 7. If drawings are included in the solicitation, access needs to be requested onthe individual solicitation page under Contract Opportunities on SAM.govwebsite. After requesting access, send an email to the POC listed on thesolicitation. 8. The POC per this solicitation is Vincent Molesky and can be reached atvincent.e.molesky.civ@us.navy.mil. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TILE , part of the ;Special Hull Treatment (SHT) Program. This specification covers one class of SHT Tiles, identified as AD-79 Shape A; . 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. 2.1.2 The "Document Changes" section provides supersessions/changes to referenced documents. 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 ;Certain documents pertaining to this item are classified. The seller must be cleared to receive these classified documents. A DD form 254 is required. Vendors require access to Confidential National Security Information. Drawings (53711) 5808346 and 5808344 are classified. Classification is Confidential.; 2.4 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: ;Drawings # 5808346 & 5808344 (confidential); DRAWING DATA=5808278 |53711| I| |D|0001 | I|49998|0055339 DRAWING DATA=5808278 |53711| I| |D|0002 | I|49998|0020045 DRAWING DATA=5808278 |53711| I| |D|0003 | I|49998|0026681 DRAWING DATA=5808278 |53711| I| |D|0004 | I|49998|0035057 DRAWING DATA=5808278 |53711| I| |D|0005 | I|49998|0039263 DRAWING DATA=5808278 |53711| I| |D|0006 | I|49998|0022155 DRAWING DATA=5808278 |53711| I| |D|0007 | I|49998|0017245 DRAWING DATA=5808278 |53711| I| |D|0008 | I|49998|0037926 DRAWING DATA=5808278 |53711| I| |D|0009 | I|49998|0036457 DRAWING DATA=5808278 |53711| I| |D|0010 | I|49998|0027305 DRAWING DATA=5808278 |53711| I| |D|0011 | I|49998|0028560 DRAWING DATA=5808278 |53711| I| |D|0012 | I|49998|0027185 DRAWING DATA=5808278 |53711| I| |D|0013 | I|49998|0024123 DRAWING DATA=5808278 |53711| I| |D|0014 | I|49998|0036564 DRAWING DATA=5808278 |53711| I| |D|0015 | I|49998|0045738 DRAWING DATA=5808278 |53711| I| |D|0016 | I|49998|0042279 DRAWING DATA=5808278 |53711| I| |D|0017 | I|49998|0039438 DRAWING DATA=5808278 |53711| I| |D|0018 | I|49998|0032175 DRAWING DATA=5808278 |53711| I| |D|0019 | I|49998|0034470 DRAWING DATA=5808278 |53711| I| |D|0020 | I|49998|0031465 DRAWING DATA=5808278 |53711| I| |D|0021 | I|49998|0038438 DRAWING DATA=5808278 |53711| I| |D|0022 | I|49998|0039550 DRAWING DATA=5808278 |53711| I| |D|0023 | I|49998|0032985 DRAWING DATA=5808278 |53711| I| |D|0024 | I|49998|0037627 DRAWING DATA=5808278 |53711| I| |D|0025 | I|49998|0020182 DRAWING DATA=5808278 |53711| I| |D|0026 | I|49998|0031199 DRAWING DATA=5808278 |53711| I| |D|0027 | I|49998|0027656 DRAWING DATA=5808278 |53711| I| |D|0028 | I|49998|0032085 DRAWING DATA=5808278 |53711| I| |D|0029 | I|49998|0034677 DRAWING DATA=5808344 |53711| B| |D|0001 | B|00026|0000000 DRAWING DATA=5808346 |53711| E| |D|0001 | E|00026|0000000 DOCUMENT REF DATA=MIL-STD-105 | | |E |950227|A| | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-STD-147 | | |D |960325|A| | | DOCUMENT REF DATA=MIL-STD-177 | | |A |880531|A| | | DOCUMENT REF DATA=FED-STD-313 | | |D |000321|A| |01| DOCUMENT REF DATA=MIL-STD-407 | | | |910321|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | | DOCUMENT REF DATA=MIL-STD-2073 |0001| |D |020510|A| |01| DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=S6360-AD-HBK-10 | | | |940930|E| | | DOCUMENT REF DATA=ASTM-D1974 | | |92 |940301|A| | | DOCUMENT REF DATA=ASTM-D2240 | | | |920622|A| | | DOCUMENT REF DATA=ASTM-D297 | | | |930915|A| | | DOCUMENT REF DATA=ASTM-D3767 | | | |920417|A| | | DOCUMENT REF DATA=ASTM-D3951 | | | |901221|A| | | DOCUMENT REF DATA=ASTM-D412 | | | |921115|A| | | DOCUMENT REF DATA=ASTM-D471 | | | |980911|A| | | DOCUMENT REF DATA=ASTM-D5118/D5118M | | |90 |940301|A| | | DOCUMENT REF DATA=ASTM-D573 | | | |880527|A| | | DOCUMENT REF DATA=ASTM-D635 | | | |910715|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=DI-E-2121 |DI-MISC-80678 DOCUMENT CHANGE DATA=DI-T-2072 |DI-NDTI-80809 DOCUMENT CHANGE DATA=DI-T-4902 |DI-MISC-80678 DOCUMENT CHANGE DATA=MIL-P-116 |MIL-STD-2073-1 DOCUMENT CHANGE DATA=PP-B-636 |ASTM-D5118 & ASTM-D1974 3. REQUIREMENTS 3.1 ;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 approver 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. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Contractors are cautioned that award of this contract/purchase order will not be delayed solely for the purpose of approving additional sources. Contractors desiring to qualify under the Engineering Source Approval Qualification (ESAQ) program are urged to contact the Government design control activity to arrange for test and, if approved, added to the (ESAQ) list of approved sources for subsequent procurements.; 3.2 Manufacturing and Design - The TILE furnished under this contract/purchase order shall meet the material and physical requirements as specified ;on 53711 drawing 5808278, CONFIDENTIAL 53711 DRAWING 5808346, and CONFIDENTIAL 53711 drawing 5808344 except as amplified or modified herein.; . 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 ;Security - The contractor is responsible to provide security safeguards for all CONFIDENTIAL data, molds, tiles and the controlled area as specified in paragraph 6.9 of 53711 Drawing 5808278.; 3.7 ;MOLDS - The contractor is responsible for designing molds to produce the tiles as specified in paragraph 6.3 of 53711 Drawing 5808278. The contractor shall certify that all molds are equivalant in critical dimensions and allowable tolerances.The government reserves the right to examine mold drawings or molds and to accept or reject plan tolerances. The molds are UNCLASSIFIED but shall be afforded maximum protection to ensure minimum visibility and prevent access by unauthorized personnel in accordance with paragraph 6.3 and 6.9.1 of 53711 Drawing 5808278.; 3.8 ;Material Safety Data Sheets (MSDS) - Material Safety Data Sheets shall be in accordance with paragraph 3.3.2 of 53711 Drawing 5808278.; 3.9 ;Responsibility for Inspection - The contractor is responsible for the performance and certification of all inspection requirements as specified in paragraph 4.1 of 53711 Drawaing 5808278.; 3.10 ;Adhesion of Tiles to Steel - "SHT" Epoxy Paint Hull Preservation DTNSRDC - 2844-1109 (NNVSEA Drawing 53711, 5808333) and Epoxy Adhesive DTNSRDC 2844-1102 (NAVSEA Drawing 53711, 5808332) will be the only paint and adhesive to be used for "SHT" material "Adhesion of Tiles to Steel" testing.; 3.11 Marking - This item shall be physically identified in accordance with ;the requirements of MIL-STD-129 and paragraph 3.2.1 of 53711 Drawing 5808278; . 3.12 ;Special Marking - Special Marking shall be in accordance with paragraph 5.2.3 and 5.2.3.1 of 53711 Drawing 5808278. In addition, all outside containers are to be marked with black letters a minimum of one (1) inch high in non - fading, water resistant ink, with the designation " SHT ".; 3.13 ;Production Lot Test/Quality Conformance Inspection Approval (Government Testing) - Production Lot Test (PLT)/Quality Conformance Inspection (QCI) and approval is required.; 3.13.1 ;Material submitted for Production Lot Test/Quality Conformance Inspection shall be certified to have the same composition, construction and manufacturing process as the material supplied for the First Article Test/ Engineering Source Approval Qualification (ESAQ) Testing.; 3.13.2 ;Production Lot Test/Quality Conformance Inspection - The Test/Inspections to be performed for Production Lot/Quility Conformance Inspection shall be as specified in Table III of 53711 Drawing 5808278.; NOTE: LOT - A lot shall consist of all tiles produced in one plant under essentially the same conditions and offered for inspection at one time. In each case, the nunber of tiles offered for inspection constitute the lot size. 3.13.3 ;Sampling and Rating for Production Lot Test/Quality Conformance Inspection - Sampling for Production Lot Test/Quality Conformance Inspection (Non Destructive and Destructive) shall be in accordance with the requirements of paragraph 4.3.3.3 and Table IV of 53711 Drawing 5808278. ; 3.14 ;Manufacturing Accountability and Control - The contractor shall develop auditable records to account for all tiles molded in accordance with paragraph 6.9.4 of 53711 Drawing 5808278.; 3.15 ;Disposition of Non - Conforming, Excess, or Scrap Material - Disposal of non - conforming or scrap material shall be in accordance with the requirements of paragraph 6.5 of 53711 Drawing 5808278.; 3.16 ;Cleaning Procedure - See section 6 (NOTES) of this specification for Cleaning Procedure.; 3.17 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.18 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.19 ;The supplier shall provide a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each SHT material. Package one COC/COA per item. See CDRL A0001 for more information.; 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 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 ;Certification/Data Report (MOLDS) - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.6 ;Material Safety Data Sheet (MSDS) - The contractor shall prepare and submit material safety data sheets in accordance with the contract data requirements list (DD Form 1423). The MSDS is form OSHA-20 and is found as part of FED-STD-313.; 4.7 ;Responsibility for Inspection - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.7.1 Units that undergo destructive testing are rendered unusable and shall not be considered in the quantity listed for the "SHIP TO" on the schedule page of this contract/purchase order. The number of units that will be destroyed under the destructive testing shall be inaddition to the quantity required on the schedule page. 4.8 ;Production Lot Test/Quality Conformance Inspection (LOT ACCEPTANCE TEST) (Government) - The Contractor shall deliver test samples to the Government Test Facility for Production Lot/Quality Conformance Inspection in accordance with the requirements specified in paragraph 4.3 of 53711 Drawing 5808278. The Test/Inspection shall consist of all the requirements of 53711 Drawing 5808278, paragraph 4.3.1, Batch Acceptance, paragraph 4.3.2 Tile Assembly Inspection and paragraph 4.3.3, Lot Acceptance Test.; 4.9 ;Tile Assembly Inspection - The Contractor shall preform Tile Assembly Inspection as specified in paragraph 4.3.2 of 53711 Drawing 5808278.; 4.10 ;Certification Data Report (Material For Production Lot Test/Quality Conformance Inspection) - The Contractor Shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.11 ;Production Lot Test/Quality Conformance Inspection - The Test/Inspections to be performed for Production Lot Test/Quality Conformance Inspection (Lot Acceptance) shall be as specified in Table III of 53711 Drawing 5808278. Sampling for Lot Acceptance Test shall be in accordance with the requirements of paragraph 4.3.3.3 and Table IV of 53711 Drawing 5808278.; 4.12 ;NOTE Production Lot Test/Quality Conformance Inspection - Lot; A lot shall consist of all tiles produced in one plant under essentially the same conditions and offered for inspection at one time. In each case, the number of tiles offered for inspection constitute the lot size.; 4.12.1 ;Production Lot/Quality Conformance Inspection Test Samples for Lot Acceptance Test shall be shipped to: COMMANDER NAVAL SURFACE WARFARE CENTER 5001 SOUTH BROAD STREET ATTN Paul Lampazzi-paul.lampazzi@navy.mil PHILADELPHIA PA 19112; 4.13 Production Lot Test Approval - Production Lot Test approval is required prior to shipment of the Production Lot. 4.14 ;Manufacturing Accountability and Control - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.15 ;A Certificate of Conformance (COC) or Certificate of Acceptance (COA) shall accompany each SHT material, as stated within PNS ltr 9110 Ser 250/009 of 1 Mar 23. Package one COC/COA per item. SUPPLIER FORMAT IS ACCEPTABLE. As indicated in CDRL A0001.; 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 ;Note: All Special Hull Treatment operations previously requiring 1,1,1-Trichloroethane shall use BUTYL ACETATE as a direct replacement. BUTYL ACETATE shall conform to the requirements of ASTM D 4615.; SHT Tile Cleaning for the Tile Manufacturing Process MATERIAL REQUIREMENTS a.Butyl Acetate (ASTM D 4615) b.Clean, White Cotton Rags WARNING Consult the MSDS for Butyl Acetate prior to initiating the cleaning process to determine the proper PPE and environmental controls required by your site. Additionally, be sure that use of this solvent does not violate, state, or federal environmental regulations. NOTE This procedure shall be used before and after the etching process. Before etching, only the molded side shall be cleaned. After etching, both sides of the tile shall be cleaned with this procedure. PROCEDURE: 1. Place tile on a clean surface. 2. Scrub surface of the tile with a rag moistened with Butyl Acetate. NOTE Butyl Acetate shall be poured onto the rag to prevent contamination of the cleaning solvent-DO NOT DIP RAG INTO SOLVENT. Change rags frequently. 3. Repeat the cleaning of the tile surface 2 to 3 times as necessary to eliminate contamination on the tile. NOTE The white cotten rag will be blackened somewhat by the cleaning process. Continue the scrubbing the tile surface until the rag does not get any lighter with successive washes. 4. Allow the solvent to flash off (evapporate) for at least one half hour prior to stacking or packaging the tile. NOTE Do not recontaminate the tile after the cleaning by placing it in contact with unclean surfaces. 6.2 ;Initial (First Time) testing (First Article Test/ESAQ and Production Lot Test/Quality Conformance Inspection) for each lot or sub lot shall be at the expense of the Government. Second time testing or retesting will be at the expense of the Contractor.; 6.3 ;Shelf Life - SHT Tiles shall have a five (5) year uninstalled shelf life from date of manufacture.; 6.4 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. 6.5 Information regarding abbreviations, symbols and codes appearing on DD Form 1423 - The following information is provided to assist in understanding the intent of the requirement to provide a deliverable item to the government. The explanation of abbreviation, symbols and codes found in a block follows the block number as they appear on the DD Form 1423. Block A: Is the actual contract line item no. Block B: Is the actual collective physical list of the deliverable item(s) which are part of the total requirement of the contract/purchase order. Block C: Is the category of data required, TDP is defined in MIL-T-31000. TM is defined in Part 1X, Section B of DODI 5000.2. NAVICP has reasoned that most DD Form 1423's included in our solicitations meet the requirement of TDP as NAVICP does not regularly purchase only Technical Manuals without purchasing hardware and related TDP software. Therefore, most NAVICP DD Form 1423 category code will be TDP. Block D: Is the name of the parent system, next higher assembly, or the item being purchased. Block E: Is the purchase request number, request for proposal number, invitation for bid number or another number for tracking and monitoring purposes. Block F: Is the successful offerors name and or cage code. Block G: Is the name of the individual and or the code/activity of the individual who prepared the DD Form 1423 and included the requirement in the Technical Data Package (TDP). Block H: Self explanatory. Block I: Is the name and signature of the individual who approved the content and the need for inclusion of the DD Form 1423 in the TDP. Block J: Self explanatory. Block 1: Is the Exhibit Line Item Number (ELIN). Block 2: Is the title of the data item cited in Block 4. Block 3: Is the subtitle of the data item cited in Block 4 and is used if the title requires clarification. Block 4: Is the actual Data Item Description (DID) number or the actual Technical Manual Contract Requirements Number. In the event the DD Form 1423 is requiring a technical manual the numbered TMCR will be an attachment to the contract/purchase order. Block 5: Is the section and paragraph area, where the requirement statement for the DD Form 1423 will be found. Block 6: Is the activity that will inform the contractor of approval, conditional approval or disapproval of the deliverable item. Block 7: Is a code which designates authority for inspection and acceptance of the deliverable item. The definition of the codes is as follows: DD Form 250 Code Inspection Acceptance SS (1) (2) DD (3) (4) SD (1) (4) DS (3) (5) LT (6) (7) NO (8) (8) XX (9) (9) (1) Inspection at source. (2) Acceptance at source. (3) No inspection performed at source. Final inspection performance at destination. (4) Acceptance at destination. (5) Acceptance at source. Acceptance based on written approval from the Contract Officer. (6) Letter of transmittal only. LT should not be used when inspect...

Deadline: 2/13/2026
Posted: 8/27/2025
SolicitationNAICS: 336611.0

20--TILE

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATION SECTIONS C AND E | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001|3825|300||||||||||0001|3825|550||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|TBD|||||| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS ($100K)(FEB 1997)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|336611|1300|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION OF FIRST ARTICLE TESTING|3|||| 1. This solicitation is for the following PROCUREMENT: CLIN 0001; TILE. NSN 1HS2090 012244912 ST; Quantity 3825. 2. The resultant award of this solicitation will be issued bilaterally,requiring the contractor's written acceptance prior to execution. 3. Please provide the following information in the procurement quote: A. Your CAGE (used as the awardee CAGE):___________________ B. the unit procurement price: $____________________________________ (FirmFixed Price). C. The procurement CAGE _____________ and packaging CAGE___________ (asdescribed in #2). D. Procurement Acquisition Time, delivered in _____ days. 4. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement areconsidered to be "issued" by the Government when copies are either deposited inthe mail, transmitted by facsimile, or sent by other electronic commercemethods such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 5. If requirement will be packaged at a location different from the offeror'saddress, the offer or shall provide the name, street address, and CAGE of thefacility. 6. Any contract awarded as a result of this solicitation will be DO certifiedfor 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 insolicitations when the contract to be awarded shall be a rated order. 7. If drawings are included in the solicitation, access needs to be requested onthe individual solicitation page under Contract Opportunities on SAM.govwebsite. After requesting access, send an email to the POC listed on thesolicitation. 8. The POC per this solicitation is Vincent Molesky and can be reached atvincent.e.molesky.civ@us.navy.mil. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TILE , part of the ;Special Hull Treatment program. This specification covers one class of rubber tiles, identified as Type AD-79M SHAPE "B"; . 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. 2.1.3 The "Document Changes" section provides supersessions/changes to referenced documents. 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 ;Certian documents pertaining to this item are classified. The seller must be cleared to receive these classified documents. A DD Form 254 is required. Vendors require access to Confidential National Security Information. Drawings (53711) 5808344 and 5808346 are classified. Classification is Confidential.; 2.4 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: ;Drawing 5808344 & 5808346 are classified. (confidential); DRAWING DATA=5808278 |53711| I| |D|0001 | I|49998|0055339 DRAWING DATA=5808278 |53711| I| |D|0002 | I|49998|0020045 DRAWING DATA=5808278 |53711| I| |D|0003 | I|49998|0026681 DRAWING DATA=5808278 |53711| I| |D|0004 | I|49998|0035057 DRAWING DATA=5808278 |53711| I| |D|0005 | I|49998|0039263 DRAWING DATA=5808278 |53711| I| |D|0006 | I|49998|0022155 DRAWING DATA=5808278 |53711| I| |D|0007 | I|49998|0017245 DRAWING DATA=5808278 |53711| I| |D|0008 | I|49998|0037926 DRAWING DATA=5808278 |53711| I| |D|0009 | I|49998|0036457 DRAWING DATA=5808278 |53711| I| |D|0010 | I|49998|0027305 DRAWING DATA=5808278 |53711| I| |D|0011 | I|49998|0028560 DRAWING DATA=5808278 |53711| I| |D|0012 | I|49998|0027185 DRAWING DATA=5808278 |53711| I| |D|0013 | I|49998|0024123 DRAWING DATA=5808278 |53711| I| |D|0014 | I|49998|0036564 DRAWING DATA=5808278 |53711| I| |D|0015 | I|49998|0045738 DRAWING DATA=5808278 |53711| I| |D|0016 | I|49998|0042279 DRAWING DATA=5808278 |53711| I| |D|0017 | I|49998|0039438 DRAWING DATA=5808278 |53711| I| |D|0018 | I|49998|0032175 DRAWING DATA=5808278 |53711| I| |D|0019 | I|49998|0034470 DRAWING DATA=5808278 |53711| I| |D|0020 | I|49998|0031465 DRAWING DATA=5808278 |53711| I| |D|0021 | I|49998|0038438 DRAWING DATA=5808278 |53711| I| |D|0022 | I|49998|0039550 DRAWING DATA=5808278 |53711| I| |D|0023 | I|49998|0032985 DRAWING DATA=5808278 |53711| I| |D|0024 | I|49998|0037627 DRAWING DATA=5808278 |53711| I| |D|0025 | I|49998|0020182 DRAWING DATA=5808278 |53711| I| |D|0026 | I|49998|0031199 DRAWING DATA=5808278 |53711| I| |D|0027 | I|49998|0027656 DRAWING DATA=5808278 |53711| I| |D|0028 | I|49998|0032085 DRAWING DATA=5808278 |53711| I| |D|0029 | I|49998|0034677 DRAWING DATA=5808344 |53711| B| |D|0001 | B|00026|0000000 DRAWING DATA=5808346 |53711| E| |D|0001 | E|00026|0000000 DOCUMENT REF DATA=MIL-STD-105 | | |E |950227|A| | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-STD-147 | | |D |960325|A| | | DOCUMENT REF DATA=MIL-STD-177 | | |A |880531|A| | | DOCUMENT REF DATA=FED-STD-313 | | |D |000321|A| |01| DOCUMENT REF DATA=MIL-STD-407 | | | |910321|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | | DOCUMENT REF DATA=MIL-STD-2073 |0001| |D |020510|A| |01| DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=S6360-AD-HBK-10 | | | |940930|E| | | DOCUMENT REF DATA=ASTM-D1974 | | |92 |940301|A| | | DOCUMENT REF DATA=ASTM-D2240 | | | |920622|A| | | DOCUMENT REF DATA=ASTM-D297 | | | |930915|A| | | DOCUMENT REF DATA=ASTM-D3767 | | | |920417|A| | | DOCUMENT REF DATA=ASTM-D3951 | | | |901221|A| | | DOCUMENT REF DATA=ASTM-D412 | | | |921115|A| | | DOCUMENT REF DATA=ASTM-D4615 | | | |941003|A| | | DOCUMENT REF DATA=ASTM-D471 | | | |980911|A| | | DOCUMENT REF DATA=ASTM-D5118/D5118M | | |90 |940301|A| | | DOCUMENT REF DATA=ASTM-D573 | | | |880527|A| | | DOCUMENT REF DATA=ASTM-D635 | | | |910715|A| | | DOCUMENT REF DATA=ISO9001 | | | |910606|A| | | DOCUMENT REF DATA=ISO9002 | | |94 |940701|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=DI-E-2121 |DI-MISC-80678 DOCUMENT CHANGE DATA=DI-T-2072 |DI-NDTI-80809 DOCUMENT CHANGE DATA=DI-T-4902 |DI-MISC-80678 DOCUMENT CHANGE DATA=MIL-P-116 |MIL-STD-2073-1 DOCUMENT CHANGE DATA=PP-B-636 |ASTM-D5118 & ASTM-D1974 3. REQUIREMENTS 3.1 ;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. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Contractors are cautioned that award of this contract/purchase order will not be delayed solely for the purpose of approving additional sources. Contractors desiring to qualify under the Engineering Source Approval Qualification (ESAQ) program are urged to contact the Government design control activity to arrange for test and, if approved, added to the (ESAQ) list of approved sources for subsequent procurements.; 3.2 Manufacturing and Design - The TILE furnished under this contract/purchase order shall meet the material and physical requirements as specified ;on 53711 drawing 5808278, CONFIDENTIAL 53711 DRAWING 5808344 and CONFIDENTIAL 53711 drawing 5808346 except as amplified or modified herein.; . 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 ;Security - The contractor is responsible to provide security safeguards for all CONFIDENTIAL data, molds, tiles and the controlled area as specified in paragraph 6.9 of 53711 drawing 5808278.; 3.7 ;MOLDS - The contractor is responsible for designing molds to produce the tiles as specified in paragraph 6.3 of 53711 drawing 5808278. The contractor shall certify that all molds are equivalant in critical dimensions and allowable tolerances.The government reserves the right to examine mold drawings or molds and to accept or reject plan tolerances. The molds are UNCLASSIFIED but shall be afforded maximum protection to ensure minimum visibility and prevent access by unauthorized personnel in accordance with paragraph 6.3 and 6.9.1 of 53711 drawing 5808278.; 3.8 ;Material Safety Data Sheets (MSDS) - Material Safety Data Sheets shall be in accordance with paragraph 3.3.2 of 53711 drawing 5808278.; 3.9 ;Responsibility for Inspection - The contractor is responsible for the performance and certification of all inspection requirements as specified in paragraph 4.1 of 53711 drawaing 5808278, unless specified elsewhere in this specification.; 3.10 ;Adhesion of Tiles to Steel - "SHT" Epoxy Paint Hull Preservation DTNSRDC - 2844-1109 (NNVSEA Drawing 53711, 5808333) and Epoxy Adhesive DTNSRDC 2844-1102 (NAVSEA Drawing 53711, 5808332) will be the only paint and adhesive to be used for "SHT" material "Adhesion of Tiles to Steel" testing.; 3.11 Marking - This item shall be physically identified in accordance with ;the requirements of MIL-STD-129, paragraph 3.2.1 and 5.2.3 of drawing 5808277; . 3.12 ;Special Marking - Special Marking shall be in accordance with paragraph 5.2.3 and 5.2.3.1 of 53711 Drawing 5808278 In addition, all outside containers are to be marked with black letters a minimum of one (1) inch high in non-fading, water resistant ink, with the designation "SHT".; 3.13 ;Production Lot Test/Quality Conformance Inspection Approval (Government Testing) - Production Lot Test (PLT)/Quality Conformance Inspection (QCI) and approval is required.; 3.13.1 ;Material submitted for Production Lot Test/Quality Conformance Inspection shall be certified to have the same composition, construction and manufacturing process as the material supplied for the First Article Test/Engineering Source Approval Qualification (ESAQ) Testing.; 3.13.2 ;Production Lot Test/Quality Conformance Inspection - The Test/Inspections to be performed for Production Lot/Quility Conformance Inspection shall be as specified in Table III of 53711 Drawing 5808278.; NOTE: LOT - A lot shall consist of all tiles produced in one plant under essentially the same conditions and offered for inspection at one time. In each case, the number of tiles offered for inspection constitute the lot size. 3.13.3 ;Sampling and Rating for Production Lot Test/Quality Conformance Inspection - Sampling for Production Lot Test/Quality Conformance Inspection (Non Destructive and Destructive) shall be in accordance with the requirements of paragraph 4.3.3.3 and Table IV of 53711 Drawing 5808278.; 3.14 ;Manufacturing Accountability and Control - The contractor shall develop auditable records to account for all tiles molded in accordance with paragraph 6.9.4 of 53711 Drawing 5808278.; 3.15 ;Disposition of Non - Conforming, Excess, or Scrap Material - Disposal of non - conforming or scrap material shall be in accordance with the requirements of paragraph 6.5 of 53711 Drawing 5808278.; 3.16 ;Cleaning Procedure - See section 6 (NOTES) of this specification for Cleaning Procedure.; 3.17 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.18 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.19 ;The supplier shall provide a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each SHT material. Package one COC/COA per item. See CDRL A0001 for more information. ; 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 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 ;Certification/Data Report (MOLDS) - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.6 ;Material Safety Data Sheet (MSDS) - The contractor shall prepare and submit Material Safety Data Sheets in accordance with the contract data requirements list (DD Form 1423). The MSDS is form OSHA-20 and is found as part of FED-STD-313.; 4.7 ;Responsibility for Inspection - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.7.1 Units that undergo destructive testing are rendered unusable and shall not be considered in the quantity listed for the "SHIP TO" on the schedule page of this contract/purchase order. The number of units that will be destroyed under the destructive testing shall be inaddition to the quantity required on the schedule page. 4.8 ;Production Lot Test/Quality Conformance Inspection (LOT ACCEPTANCE TEST) (Government) - The Contractor shall deliver test samples to the Government Test Facility for Production Lot/Quality Conformance Inspection in accordance with the requirements specified in paragraph 4.3 of 53711 Drawing 5808278. The Test/Inspection shall consist of all the requirements of 53711 Drawing 5808278, paragraph 4.3.1, Batch Acceptance, paragraph 4.3.2 Tile Assembly Inspection and paragraph 4.3.3, Lot Acceptance Test.; 4.9 ;Tile Assembly Inspection - The Contractor shall preform Tile Assembly Inspection as specified in paragraph 4.3.2 of 53711 Drawing 5808278.; 4.10 ;Certification Data Report (Material For Production Lot Test/Quality Conformance Inspection) - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.11 ;Production Lot Test/Quality Conformance Inspection - The Test/Inspections to be performed for Production Lot Test/Quality Conformance Inspection (Lot Acceptance) shall be as specified in Table III of 53711 Drawing 5808278. Sampling for Lot Acceptance Test shall be in accordance with the requirements of paragraph 4.3.3.3 and Table IV of 53711 Drawing 5808278.; 4.12 ;NOTE Production Lot Test/Quality Conformance Inspection - Lot; A lot shall consist of all tiles produced in one plant under essentially the same conditions and offered for inspection at one time. In each case, the number of tiles offered for inspection constitute the lot size. ; 4.12.1 ;Production Lot/Quality Conformance Inspection Test Samples for Lot Acceptance Test shall be shipped to: COMMANDER naval surface warfare center, carderock division 5001 south broad street attn: code 617 ; lisa weiser 215-897-1612 philadelphia, pa 19112; 4.13 Production Lot Test Approval - Production Lot Test approval is required prior to shipment of the Production Lot. 4.14 ;Manufacturing Accountability and Control - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.15 ;A Certificate of Conformance (COC) or Certificate of Acceptance (COA) shall accompany each SHT material, as stated within PNS ltr 9110 Ser 250/009 of 1 Mar 23. Package one COC/COA per item. SUPPLIER FORMAT IS ACCEPTABLE. As indicated in CDRL A0001.; 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 ;Note: All Special Hull Treatment operations previously requiring 1,1,1-Trichloroethane, use BUTYL ACETATE as a direct replacement. BUTYL ACETATE shall conform to the requirements of ASTM D 4615.; SHT Tile Cleaning for the Tile Manufacturing Process MATERIAL REQUIREMENTS a.Butyl Acetate (ASTM D 4615) b.Clean, White Cotton Rags WARNING Consult the MSDS for Butyl Acetate prior to initiating the cleaning process to determine the proper PPE and environmental controls required by your site. Additionally, be sure that use of this solvent does not violate, state, or federal environmental regulations. NOTE This procedure shall be used before and after the etching process. Before etching, only the molded side shall be cleaned. After etching, both sides of the tile shall be cleaned with this procedure. PROCEDURE: 1. Place tile on a clean surface. 2. Scrub surface of the tile with a rag moistened with butyl acetate. NOTE Butyl Acetate shall be poured onto the rag to prevent contamination of the cleaning solvent-DO NOT DIP RAG INTO SOLVENT. Change rags frequently. 3. Repeat the cleaning of the tile surface 2 to 3 times as necessary to eliminate contamination on the tile. NOTE The white cotten rag will be blackened somewhat by the cleaning process. Continue the scrubbing the tile surface until the rag does not get any lighter with successive washes. 4. Allow the solvent to flash off (evapporate) for at least one half hour prior to stacking or packaging the tile. NOTE Do not recontaminate the tile after the cleaning by placing it in contact with unclean surfaces. 6.2 ;Initial (First Time) testing (First Article Test/ESAQ and Production Lot Test/Quality Conformance Inspection) for each lot or sub lot shall be at the expense of the Government. Second time testing or retesting will be at the expense of the Contractor.; 6.3 ;Shelf Life - SHT Tiles shall have a five (5) year uninstalled shelf life from date of manufacture.; 6.4 Information regarding abbreviations, symbols and codes appearing on DD Form 1423 - The following information is provided to assist in understanding the intent of the requirement to provide a deliverable item to the government. The explanation of abbreviation, symbols and codes found in a block follows the block number as they appear on the DD Form 1423. Block A: Is the actual contract line item no. Block B: Is the actual collective physical list of the deliverable item(s) which are part of the total requirement of the contract/purchase order. Block C: Is the category of data required, TDP is defined in MIL-T-31000. TM is defined in Part 1X, Section B of DODI 5000.2. NAVICP has reasoned that most DD Form 1423's included in our solicitations meet the requirement of TDP as NAVICP does not regularly purchase only Technical Manuals without purchasing hardware and related TDP software. Therefore, most NAVICP DD Form 1423 category code will be TDP. Block D: Is the name of the parent system, next higher assembly, or the item being purchased. Block E: Is the purchase request number, request for proposal number, invitation for bid number or another number for tracking and monitoring purposes. Block F: Is the successful offerors name and or cage code. Block G: Is the name of the individual and or the code/activity of the individual who prepared the DD Form 1423 and included the requirement in the Technical Data Package (TDP). Block H: Self explanatory. Block I: Is the name and signature of the individual who approved the content and the need for inclusion of the DD Form 1423 in the TDP. Block J: Self explanatory. Block 1: Is the Exhibit Line Item Number (ELIN). Block 2: Is the title of the data item cited in Block 4. Block 3: Is the subtitle of the data item cited in Block 4 and is used if the title requires clarification. Block 4: Is the actual Data Item Description (DID) number or the actual Technical Manual Contract Requirements Number. In the event the DD Form 1423 is requiring a technical manual the numbered TMCR will be an attachment to the contract/purchase order. Block 5: Is the section and paragraph area, where the requirement statement for the DD Form 1423 will be found. Block 6: Is the activity that will inform the contractor of approval, conditional approval or disapproval of the deliverable item. Block 7: Is a code which designates authority for inspection and acceptance of the deliverable item. The definition of the codes is as follows: DD Form 250 Code Inspection Acceptance SS (1) (2) DD (3) (4) SD (1) (4) DS (3) (5) LT (6) (7) NO (8) (8) XX (9) (9) (1) Inspection at source. (2) Acceptance at source. (3) No inspection performed at source. Final inspection performance at destination. (4) Acceptance at destination. (5) Acceptance at source. Acceptance based on written approval from the Contract Officer. (6) Letter of transmittal only. LT should not be used when inspection is required. The data is sent by the contractor directly to the personnel listed in Block 14 of the DD Form 1423. LT is used when the contracting agency does not desire to have a DD Form 250 for each and every piece of data developed by the contractor. The only other authorized use of LT is the special case where the contracting agency does not desire to have separate DD Forms 250 but desires to have a Government quality assurance representative perform inspection. The Government quality assurance representative shall be listed on the distribution in Block 14 and requested to provide comments via the quality assurance letter of inspection. Use of the symbol LT is not authorized for data comprising final delivery of Technical Data Package of for Technical Manuals. (LT may, however, be used for delivery of preliminary TDP's or TM's). (7) As specified in Block 8 of the DD Form 1423. (8) No inspection or acceptance required. No DD Form 250 or letter of transmittal required. Use of the symbol NO is not authorized for data comprising Technical Data Packages or for Technical Manuals. (9) Inspection and acceptance requirements specified elsewhere in the contract. Block 8: Is the approval code - Items of critical data requiring specific advanced written approval prior to distribution of the final data item will be identified by placing an "A" in this field. This data item requires submission of a preliminary draft prior to publication of a final document. When a preliminary draft is required, Block 16 of the DD Form 1423 will show length of time required for Government approval/disapproval and subsequent turn-around time for the contractor to resubmit the data after Government approval/disapproval has been issued. Block 16 will also indicate the extent of the approval requirements, e.g., approval of technical content and/or format. Block 9: Is the distribution statement code which explains how the Government can circulate the deliverable item. The definition of codes A, B, C, D, E, F or X is as follows: A. Distribution of the item is unrestricted. B. Distribution of the item is limited to agencies only. C. Distribution of the...

Deadline: 2/13/2026
Posted: 8/28/2025
SolicitationNAICS: 336611.0

20--TILE

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATION SECTIONS C AND E | INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001|2100|200|0002|2100|200|||||||0001|2100|500|0002|2100|500|||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|TBD|||||| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS ($100K)(FEB 1997)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|336611|1300|||||||||||| COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1|| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| TYPE OF CONTRACT (APR 1984)|1|FIRM-FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION OF FIRST ARTICLE TESTING|3|||| This Amendmnet is being released to extend the solicitation closing date to 13 FEB 2026. \ This Amendment is being issued to extend the RFP closing date to 30 JUN 2025. 1. This solicitation is for the following PROCUREMENT: CLIN 0001; TILE. NSN 1HS 2090 012244914 ST; Quantity 2100. CLIN 0002; TILE. NSN 1HS 2090 012244914 ST; Quantity 2100. 2. The resultant award of this solicitation will be issued bilaterally,requiring the contractor?s written acceptance prior to execution. 3. Please provide the following information in the procurement quote: A. Your CAGE (used as the awardee CAGE):___________________ B. the unit procurement price: $____________________________________ (FirmFixed Price). C. The procurement CAGE _____________ and packaging CAGE___________ (asdescribed in #2). D. Procurement Acquisition Time, delivered in _____ days. 4. All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement aretheconsidered to be "issued" by the Government when copies are either deposited inthe mail, transmitted by facsimile, or sent by other electronic commerceited methods such as email. The Government's acceptance of the contractor's proposalconstitutes bilateral agreement to "issue" contractual documents as detailedherein. 5. If requirement will be packaged at a location different from the offeror'saddress, the offer or shall provide the name, street address, and CAGE of thefacility. 6. Any contract awarded as a result of this solicitation will be DO certifiedfor 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 insolicitations when the contract to be awarded shall be a rated order. 7. If drawings are included in the solicitation, access needs to be requested onthe individual solicitation page under Contract Opportunities on SAM.govwebsite. After requesting access, send an email to the POC listed on thesolicitation. 8. The POC per this solicitation is Vincent Molesky and can be reached atvincent.e.molesky.civ@us.navy.mil. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TILE , part of the ;Special Hull Treatment (SHT) Program. This specification covers one class of SHT Tiles, identified as AD-79 Shape A; . 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. 2.1.2 The "Document Changes" section provides supersessions/changes to referenced documents. 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 ;Certain documents pertaining to this item are classified. The seller must be cleared to receive these classified documents. A DD form 254 is required. Vendors require access to Confidential National Security Information. Drawings (53711) 5808346 and 5808344 are classified. Classification is Confidential.; 2.4 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: ;Drawings # 5808346 & 5808344 (confidential); DRAWING DATA=5808278 |53711| I| |D|0001 | I|49998|0055339 DRAWING DATA=5808278 |53711| I| |D|0002 | I|49998|0020045 DRAWING DATA=5808278 |53711| I| |D|0003 | I|49998|0026681 DRAWING DATA=5808278 |53711| I| |D|0004 | I|49998|0035057 DRAWING DATA=5808278 |53711| I| |D|0005 | I|49998|0039263 DRAWING DATA=5808278 |53711| I| |D|0006 | I|49998|0022155 DRAWING DATA=5808278 |53711| I| |D|0007 | I|49998|0017245 DRAWING DATA=5808278 |53711| I| |D|0008 | I|49998|0037926 DRAWING DATA=5808278 |53711| I| |D|0009 | I|49998|0036457 DRAWING DATA=5808278 |53711| I| |D|0010 | I|49998|0027305 DRAWING DATA=5808278 |53711| I| |D|0011 | I|49998|0028560 DRAWING DATA=5808278 |53711| I| |D|0012 | I|49998|0027185 DRAWING DATA=5808278 |53711| I| |D|0013 | I|49998|0024123 DRAWING DATA=5808278 |53711| I| |D|0014 | I|49998|0036564 DRAWING DATA=5808278 |53711| I| |D|0015 | I|49998|0045738 DRAWING DATA=5808278 |53711| I| |D|0016 | I|49998|0042279 DRAWING DATA=5808278 |53711| I| |D|0017 | I|49998|0039438 DRAWING DATA=5808278 |53711| I| |D|0018 | I|49998|0032175 DRAWING DATA=5808278 |53711| I| |D|0019 | I|49998|0034470 DRAWING DATA=5808278 |53711| I| |D|0020 | I|49998|0031465 DRAWING DATA=5808278 |53711| I| |D|0021 | I|49998|0038438 DRAWING DATA=5808278 |53711| I| |D|0022 | I|49998|0039550 DRAWING DATA=5808278 |53711| I| |D|0023 | I|49998|0032985 DRAWING DATA=5808278 |53711| I| |D|0024 | I|49998|0037627 DRAWING DATA=5808278 |53711| I| |D|0025 | I|49998|0020182 DRAWING DATA=5808278 |53711| I| |D|0026 | I|49998|0031199 DRAWING DATA=5808278 |53711| I| |D|0027 | I|49998|0027656 DRAWING DATA=5808278 |53711| I| |D|0028 | I|49998|0032085 DRAWING DATA=5808278 |53711| I| |D|0029 | I|49998|0034677 DRAWING DATA=5808344 |53711| B| |D|0001 | B|00026|0000000 DRAWING DATA=5808346 |53711| E| |D|0001 | E|00026|0000000 DOCUMENT REF DATA=MIL-STD-105 | | |E |950227|A| | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-STD-147 | | |D |960325|A| | | DOCUMENT REF DATA=MIL-STD-177 | | |A |880531|A| | | DOCUMENT REF DATA=FED-STD-313 | | |D |000321|A| |01| DOCUMENT REF DATA=MIL-STD-407 | | | |910321|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | | DOCUMENT REF DATA=MIL-STD-2073 |0001| |D |020510|A| |01| DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=S6360-AD-HBK-10 | | | |940930|E| | | DOCUMENT REF DATA=ASTM-D1974 | | |92 |940301|A| | | DOCUMENT REF DATA=ASTM-D2240 | | | |920622|A| | | DOCUMENT REF DATA=ASTM-D297 | | | |930915|A| | | DOCUMENT REF DATA=ASTM-D3767 | | | |920417|A| | | DOCUMENT REF DATA=ASTM-D3951 | | | |901221|A| | | DOCUMENT REF DATA=ASTM-D412 | | | |921115|A| | | DOCUMENT REF DATA=ASTM-D471 | | | |980911|A| | | DOCUMENT REF DATA=ASTM-D5118/D5118M | | |90 |940301|A| | | DOCUMENT REF DATA=ASTM-D573 | | | |880527|A| | | DOCUMENT REF DATA=ASTM-D635 | | | |910715|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=DI-E-2121 |DI-MISC-80678 DOCUMENT CHANGE DATA=DI-T-2072 |DI-NDTI-80809 DOCUMENT CHANGE DATA=DI-T-4902 |DI-MISC-80678 DOCUMENT CHANGE DATA=MIL-P-116 |MIL-STD-2073-1 DOCUMENT CHANGE DATA=PP-B-636 |ASTM-D5118 & ASTM-D1974 3. REQUIREMENTS 3.1 ;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 approver 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. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Contractors are cautioned that award of this contract/purchase order will not be delayed solely for the purpose of approving additional sources. Contractors desiring to qualify under the Engineering Source Approval Qualification (ESAQ) program are urged to contact the Government design control activity to arrange for test and, if approved, added to the (ESAQ) list of approved sources for subsequent procurements.; 3.2 Manufacturing and Design - The TILE furnished under this contract/purchase order shall meet the material and physical requirements as specified ;on 53711 drawing 5808278, CONFIDENTIAL 53711 DRAWING 5808346, and CONFIDENTIAL 53711 drawing 5808344 except as amplified or modified herein.; . 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 ;Security - The contractor is responsible to provide security safeguards for all CONFIDENTIAL data, molds, tiles and the controlled area as specified in paragraph 6.9 of 53711 Drawing 5808278.; 3.7 ;MOLDS - The contractor is responsible for designing molds to produce the tiles as specified in paragraph 6.3 of 53711 Drawing 5808278. The contractor shall certify that all molds are equivalant in critical dimensions and allowable tolerances.The government reserves the right to examine mold drawings or molds and to accept or reject plan tolerances. The molds are UNCLASSIFIED but shall be afforded maximum protection to ensure minimum visibility and prevent access by unauthorized personnel in accordance with paragraph 6.3 and 6.9.1 of 53711 Drawing 5808278.; 3.8 ;Material Safety Data Sheets (MSDS) - Material Safety Data Sheets shall be in accordance with paragraph 3.3.2 of 53711 Drawing 5808278.; 3.9 ;Responsibility for Inspection - The contractor is responsible for the performance and certification of all inspection requirements as specified in paragraph 4.1 of 53711 Drawaing 5808278.; 3.10 ;Adhesion of Tiles to Steel - "SHT" Epoxy Paint Hull Preservation DTNSRDC - 2844-1109 (NNVSEA Drawing 53711, 5808333) and Epoxy Adhesive DTNSRDC 2844-1102 (NAVSEA Drawing 53711, 5808332) will be the only paint and adhesive to be used for "SHT" material "Adhesion of Tiles to Steel" testing.; 3.11 Marking - This item shall be physically identified in accordance with ;the requirements of MIL-STD-129 and paragraph 3.2.1 of 53711 Drawing 5808278; . 3.12 ;Special Marking - Special Marking shall be in accordance with paragraph 5.2.3 and 5.2.3.1 of 53711 Drawing 5808278. In addition, all outside containers are to be marked with black letters a minimum of one (1) inch high in non - fading, water resistant ink, with the designation " SHT ".; 3.13 ;Production Lot Test/Quality Conformance Inspection Approval (Government Testing) - Production Lot Test (PLT)/Quality Conformance Inspection (QCI) and approval is required.; 3.13.1 ;Material submitted for Production Lot Test/Quality Conformance Inspection shall be certified to have the same composition, construction and manufacturing process as the material supplied for the First Article Test/ Engineering Source Approval Qualification (ESAQ) Testing.; 3.13.2 ;Production Lot Test/Quality Conformance Inspection - The Test/Inspections to be performed for Production Lot/Quility Conformance Inspection shall be as specified in Table III of 53711 Drawing 5808278.; NOTE: LOT - A lot shall consist of all tiles produced in one plant under essentially the same conditions and offered for inspection at one time. In each case, the nunber of tiles offered for inspection constitute the lot size. 3.13.3 ;Sampling and Rating for Production Lot Test/Quality Conformance Inspection - Sampling for Production Lot Test/Quality Conformance Inspection (Non Destructive and Destructive) shall be in accordance with the requirements of paragraph 4.3.3.3 and Table IV of 53711 Drawing 5808278. ; 3.14 ;Manufacturing Accountability and Control - The contractor shall develop auditable records to account for all tiles molded in accordance with paragraph 6.9.4 of 53711 Drawing 5808278.; 3.15 ;Disposition of Non - Conforming, Excess, or Scrap Material - Disposal of non - conforming or scrap material shall be in accordance with the requirements of paragraph 6.5 of 53711 Drawing 5808278.; 3.16 ;Cleaning Procedure - See section 6 (NOTES) of this specification for Cleaning Procedure.; 3.17 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.18 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.19 ;The supplier shall provide a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each SHT material. Package one COC/COA per item. See CDRL A0001 for more information.; 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 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 ;Certification/Data Report (MOLDS) - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.6 ;Material Safety Data Sheet (MSDS) - The contractor shall prepare and submit material safety data sheets in accordance with the contract data requirements list (DD Form 1423). The MSDS is form OSHA-20 and is found as part of FED-STD-313.; 4.7 ;Responsibility for Inspection - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.7.1 Units that undergo destructive testing are rendered unusable and shall not be considered in the quantity listed for the "SHIP TO" on the schedule page of this contract/purchase order. The number of units that will be destroyed under the destructive testing shall be inaddition to the quantity required on the schedule page. 4.8 ;Production Lot Test/Quality Conformance Inspection (LOT ACCEPTANCE TEST) (Government) - The Contractor shall deliver test samples to the Government Test Facility for Production Lot/Quality Conformance Inspection in accordance with the requirements specified in paragraph 4.3 of 53711 Drawing 5808278. The Test/Inspection shall consist of all the requirements of 53711 Drawing 5808278, paragraph 4.3.1, Batch Acceptance, paragraph 4.3.2 Tile Assembly Inspection and paragraph 4.3.3, Lot Acceptance Test.; 4.9 ;Tile Assembly Inspection - The Contractor shall preform Tile Assembly Inspection as specified in paragraph 4.3.2 of 53711 Drawing 5808278.; 4.10 ;Certification Data Report (Material For Production Lot Test/Quality Conformance Inspection) - The Contractor Shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.11 ;Production Lot Test/Quality Conformance Inspection - The Test/Inspections to be performed for Production Lot Test/Quality Conformance Inspection (Lot Acceptance) shall be as specified in Table III of 53711 Drawing 5808278. Sampling for Lot Acceptance Test shall be in accordance with the requirements of paragraph 4.3.3.3 and Table IV of 53711 Drawing 5808278.; 4.12 ;NOTE Production Lot Test/Quality Conformance Inspection - Lot; A lot shall consist of all tiles produced in one plant under essentially the same conditions and offered for inspection at one time. In each case, the number of tiles offered for inspection constitute the lot size.; 4.12.1 ;Production Lot/Quality Conformance Inspection Test Samples for Lot Acceptance Test shall be shipped to: COMMANDER NAVAL SURFACE WARFARE CENTER 5001 SOUTH BROAD STREET ATTN Paul Lampazzi-paul.lampazzi@navy.mil PHILADELPHIA PA 19112; 4.13 Production Lot Test Approval - Production Lot Test approval is required prior to shipment of the Production Lot. 4.14 ;Manufacturing Accountability and Control - The contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.15 ;A Certificate of Conformance (COC) or Certificate of Acceptance (COA) shall accompany each SHT material, as stated within PNS ltr 9110 Ser 250/009 of 1 Mar 23. Package one COC/COA per item. SUPPLIER FORMAT IS ACCEPTABLE. As indicated in CDRL A0001.; 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 ;Note: All Special Hull Treatment operations previously requiring 1,1,1-Trichloroethane shall use BUTYL ACETATE as a direct replacement. BUTYL ACETATE shall conform to the requirements of ASTM D 4615.; SHT Tile Cleaning for the Tile Manufacturing Process MATERIAL REQUIREMENTS a.Butyl Acetate (ASTM D 4615) b.Clean, White Cotton Rags WARNING Consult the MSDS for Butyl Acetate prior to initiating the cleaning process to determine the proper PPE and environmental controls required by your site. Additionally, be sure that use of this solvent does not violate, state, or federal environmental regulations. NOTE This procedure shall be used before and after the etching process. Before etching, only the molded side shall be cleaned. After etching, both sides of the tile shall be cleaned with this procedure. PROCEDURE: 1. Place tile on a clean surface. 2. Scrub surface of the tile with a rag moistened with Butyl Acetate. NOTE Butyl Acetate shall be poured onto the rag to prevent contamination of the cleaning solvent-DO NOT DIP RAG INTO SOLVENT. Change rags frequently. 3. Repeat the cleaning of the tile surface 2 to 3 times as necessary to eliminate contamination on the tile. NOTE The white cotten rag will be blackened somewhat by the cleaning process. Continue the scrubbing the tile surface until the rag does not get any lighter with successive washes. 4. Allow the solvent to flash off (evapporate) for at least one half hour prior to stacking or packaging the tile. NOTE Do not recontaminate the tile after the cleaning by placing it in contact with unclean surfaces. 6.2 ;Initial (First Time) testing (First Article Test/ESAQ and Production Lot Test/Quality Conformance Inspection) for each lot or sub lot shall be at the expense of the Government. Second time testing or retesting will be at the expense of the Contractor.; 6.3 ;Shelf Life - SHT Tiles shall have a five (5) year uninstalled shelf life from date of manufacture.; 6.4 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. 6.5 Information regarding abbreviations, symbols and codes appearing on DD Form 1423 - The following information is provided to assist in understanding the intent of the requirement to provide a deliverable item to the government. The explanation of abbreviation, symbols and codes found in a block follows the block number as they appear on the DD Form 1423. Block A: Is the actual contract line item no. Block B: Is the actual collective physical list of the deliverable item(s) which are part of the total requirement of the contract/purchase order. Block C: Is the category of data required, TDP is defined in MIL-T-31000. TM is defined in Part 1X, Section B of DODI 5000.2. NAVICP has reasoned that most DD Form 1423's included in our solicitations meet the requirement of TDP as NAVICP does not regularly purchase only Technical Manuals without purchasing hardware and related TDP software. Therefore, most NAVICP DD Form 1423 category code will be TDP. Block D: Is the name of the parent system, next higher assembly, or the item being purchased. Block E: Is the purchase request number, request for proposal number, invitation for bid number or another number for tracking and monitoring purposes. Block F: Is the successful offerors name and or cage code. Block G: Is the name of the individual and or the code/activity of the individual who prepared the DD Form 1423 and included the requirement in the Technical Data Package (TDP). Block H: Self explanatory. Block I: Is the name and signature of the individual who approved the content and the need for inclusion of the DD Form 1423 in the TDP. Block J: Self explanatory. Block 1: Is the Exhibit Line Item Number (ELIN). Block 2: Is the title of the data item cited in Block 4. Block 3: Is the subtitle of the data item cited in Block 4 and is used if the title requires clarification. Block 4: Is the actual Data Item Description (DID) number or the actual Technical Manual Contract Requirements Number. In the event the DD Form 1423 is requiring a technical manual the numbered TMCR will be an attachment to the contract/purchase order. Block 5: Is the section and paragraph area, where the requirement statement for the DD Form 1423 will be found. Block 6: Is the activity that will inform the contractor of approval, conditional approval or disapproval of the deliverable item. Block 7: Is a code which designates authority for inspection and acceptance of the deliverable item. The definition of the codes is as follows: DD Form 250 Code Inspection Acceptance SS (1) (2) DD (3) (4) SD (1) (4) DS (3) (5) LT (6) (7) NO (8) (8) XX (9) (9) (1) Inspection at source. (2) Acceptance at source. (3) No inspection performed at source. Final inspection performance at destination. (4) Acceptance at ...

Deadline: 2/13/2026
Posted: 8/27/2025
SolicitationNAICS: 336611.0

AMENDED Notice of Solicitation for Concession Opportunity for Traditional Bathhouse Services and Massage Therapy Services within Hot Springs National Park

On September 16, 2025, the National Park Service (NPS) released a business opportunity soliciting proposals to award a new ten (10) year concession contract to provide traditional bathhouse services and massage therapy services within Hot Springs National Park. On November 5, 2025, the prospectus was amended as follows. The NPS will hold a one-day site visit for organizations interested in bidding on this opportunity on Wednesday, November 19, 2025. The site visit provides interested parties an overview of the concession operations along with a tour of the Concession Facility, (as that term is defined in the Draft Contract), assigned to the Concessioner under the Draft Contract. To attend the site visit, registration is required. If you have not registered under a previous amendment, please email Eric Nikkel, Commercial Services Specialist, Interior Regions 3, 4 and 5 at: eric_nikkel@nps.gov with the name of your company, contact phone number and email, and the number of people attending from your organization, no later than 4:00 p.m. (Central Time) on Thursday, November 13, 2025. Additional information regarding the meeting time and location will be provided after registration. A strict limit of two people per business entity will be authorized to attend the site visit. Site visit participants are responsible for obtaining their own lodging, meals, and transportation to the respective Concession Facility. Participants must be 18 years of age or older. Attendance at the site visit is not required to submit a proposal for the prospectus; however, it is encouraged. Questions regarding the prospectus must be received, in writing, no later than 12:00 p.m. (Central Time) on Friday, December 12, 2025. Email your questions to Eric Nikkel, Commercial Services Specialist, at eric_nikkel@nps.gov. Any interested party intending to submit a proposal must submit a “Notice of Intent to Propose” as described in the Business Opportunity and Proposal Instructions to Eric Nikkel at eric_nikkel@nps.gov, no later than 12:00 p.m. (Central Time) on January 12, 2026. The NPS is ONLY accepting electronic proposals in response to this prospectus. Any proposal must be received electronically, no later than 4:00 p.m. (Central Time) on Friday, February 13, 2026, in the format outlined in the Proposal Instructions, to be evaluated for award of the new concession contract. Prior to the electronic submission deadline, you will receive a welcome email message from the Service’s Microsoft Teams platform at the email address you provide when you notify the Service of your intent to submit a proposal. You must accept the invitation before you can access the Teams site to upload your proposal. A hardcopy of the Offeror’s Transmittal Letter, with original signature, must be received by the National Park Service no later than 4:00 p.m. (Central Time) on Friday, February 20, 2026, as outlined in the Proposal Instructions of the Prospectus, at: National Park Service, Interior Regions 3, 4, 5 601 Riverfront Drive, Omaha, NE 68102 Attention: Eric Nikkel, Commercial Services Specialist The prospectus is available on the NPS Commercial Services website (link provided below). If you choose to retrieve a copy of the prospectus, please notify Eric Nikkel at eric_nikkel@nps.gov so you are placed on the mailing list to receive notification of any future modifications or correspondence.

Deadline: 2/13/2026
Posted: 11/5/2025
SolicitationNAICS: 713990.0

Synopsis for Solicitation for NSN 4420-01-568-3537

This is a Synopsis as required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416) and fulfills the synopsis and advertising requirements prescribed in FAR Part 5 – Publicizing Contract Actions. The solicitation will consist of one NSN: 4420-01-568-3537 Cooler, Fluid, Industrial This item is proprietary to Rix Industries (Cage Code: 28953) (Part Number - 39-35318). Adequate data for the evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. The solicitation issue date will be on or around 01/15/2026, and the closing date will be on or around 02/16/2026. The solicitation will be Set Aside for Small Business, utilizing other than full and open competition for a definite quantity type contract and does not authorize delivery of any material. The government plans to award a Fixed Price Definite Quantity Contract for a quantity of seven (7) each. Only FOB Origin pricing will be accepted. FAR Part 15, Contracting by Negotiations will be utilized. This synopsis should NOT be considered a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB). The Government is in no way obligated to purchase any material as a result of this notice. In order to receive an award, regardless of dollar value, you must be registered in the System for Award Management (SAM). The SAM site may be accessed at https://www.sam.gov. The final contract award decision will be Price Only. A copy of the solicitation can be obtained through the DLA Internet Bulletin Board System (DIBBS). To locate a solicitation go to the DIBBS website (https://www.dibbs.bsm.dla.mil), and from the menu bar select "RFP/IFBs", then conduct a search either through the "Search the RFP/IFB Database" or the "Solicitation Package Search" areas. The solicitation number is SPE8EG25R0012. For any questions or further details please contact Andrew C Rose at email andrew.c.rose@dla.mil and Asheai Patterson at email asheai.patterson@dla.mil.

Deadline: 2/16/2026
Posted: 11/18/2025
SolicitationNAICS: 332410.0

OSCILLATOR,PULSE DE

CONTACT INFORMATION|4|N7M2.23|BSH|SEE EMAIL|GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|SEE SCHEDULE||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| CRITICAL SAFETY ITEM (AUG 2011)|4|ALL ITEMS IN THE SCHEDULE|||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 DAYS| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334419|750 EMPLOYEES|||||||||||| 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| Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. 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. The Government is seeking a Repair Turnaround Time (RTAT) of: 365 Days Government Source Inspection (GSI) is required. Please note freight is handled by the Navy as per the Commercial Asset Visibility (CAV) Statement of Work. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price:__________ Total Price:__________ Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ 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 contractor's 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. Check one: Firm-fixed-Price ___ Estimated ___ Not-to Exceed (NTE): ___ Return Material Authorization # (RMA), if applicable:__________ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, 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. IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the OSCILLATOR,PULSE DE . 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. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The OSCILLATOR,PULSE DE repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;4U884 5231722-100; 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. 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 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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 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. 6.3 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.

Deadline: 2/17/2026
Posted: 10/21/2025
SolicitationNAICS: 334419.0

Houma Navigation Canal, Terrebonne Bay and Cat Island Pass, LA, Maintenance Dredging #24-2, Terrebonne Parish, Louisiana. ED 23-032

The work consists of satisfactory removal and disposal of shoal material from within the Houma Navigation Canal channel limits as shown on the contract drawings, with disposal of dredged material into single point discharge locations delineated adjacent to the channel. No dike work is included with this project. The estimated value of this work is between $10,000,000 and $25,000,000. The solicitation will issued on or about 08 February 2024, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. NAICS Code: 237990. The solicitation documents for this procurement will be posted on SAM (www.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in SAM (www.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Taylor Brandon at 504-862-1009 (email Taylor.H.Brandon@usace.army.mil). The Contracting Officer for this solicitation is Hillary Morgan at 504-862-1231 (email Hillary.A.Morgan@usace.army.mil).

Deadline: 2/19/2026
Posted: 2/21/2024
SolicitationNAICS: 237990.0

66--INERTIAL NAVIGATION - AND OTHER REPLACEMENT PARTS

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||X|AS/EN/JISQ 9100 or equivalent||||| FMS DELIVERY AND SHIPPING INSTRUCTIONS|3|X|TAC: P937, CASE: GY-P-SCO(GERMANY)/ TAC: PE57, Case: UK -P-JZX (UNITED KINGDOM)|N52214.03 (GERMANY) / N52214.10 (UNITED KINGDOM)| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo)|Invoice 2in1|TBD|SPRPA1|TBD|TBD|SEE SCHEDULE|TBD|TBD|TBD|TBD|N/A|N/A|N/A|N/A|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|45 DAYS AFTER DISCOVERY OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA DESIGNATED PRODUCTS (MAY 2008))|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|334511 (NIIN 016193389,016320381), 336413 (NIIN 016276002,016193390)|1250 ALL NIINs||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|IN LIEU OF FAX, EMAIL ELECTRONIC VERSION TO SAMUEL.EVERETT@DLA.MIL| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||X| Can only be procured only from suppliers who provide FAA-Certified parts which possess a FAA Authorized Release Certificate, FAA Form 8130-3 Airworthy Approval Tag. This Solicitation is being issued under EAF Authority formally known as SEPA. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.?-9004, Product Verification Testing, is incorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. Drawings are not available for this Request For Quote. Offerors are advised that offers received from sources which are not government-approved sources of supply will be deemed technically unacceptable, and therefore ineligible for award. Any distributors of approved sources MUST submit a copy of their authorized distributor letter, on the source letterhead, to the buyer point of contact indicated on the solicitation via email, at time of proposal submittal. All potential offers shall provide newly manufactured spares only. Refurbished, remanufactured, or repaired material will not be acceptable. Offers for such are ineligible for award. NAVSUP WSS Code N2 has determined that the requirements at DFARS 211.274 which mandates the use of DFARS clause 252.211-7003 ?Item Unique Identification and Valuation? in all solicitations and contracts, be deleted from all non-CLSSA FMS spares requirements processed by NAVSUP WSS and DLA-Aviation. The affected parts are wholly owned by FMS customer countries, are not covered by a Cooperative Logistics Supply Support Arrangement (CLSSA), these same assets will be delivered to the customer country for their sole use. The IUID definition at DFARS 211.274-1 says IUID ?is a system of marking, valuing and tracking items delivered to DoD.? These spares are non-CLSSA FMS assets and will never be delivered to DoD. The assets are delivered to a domestic U.S. freight forwarder who is under contract by the FMS customer to ship the assets to the country of record. The FMS customer countries retain ownership of their parts throughout the asset?s lifecycle. These parts will never be owned by the U.S. Government, and will never be entered into the DoD supply chain. Based on this, there is no need for these non-CLSSA FMS country assets to be specially marked for tracking by DoD. \

Deadline: 2/20/2026
Posted: 10/23/2025
SolicitationNAICS: 334511.0

48--ROD,OPERATING

CONTACT INFORMATION|4|N743.43|WVE|N A|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATION SECTIONS C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|STAND-ALONE RECEIVING REPORT-CERTIFICATIONS COMBO-RECEIVING REPORT & INVOICES-MATERIALS|N/A|TBD|N00104|TBD|N39040-CERTIFICATIONS S4306A-MATERIALS|N50286|TBD|133.2|N/A|N/A|N39040-CERTIFICATIONS|N/A|N/A|SEE DD FO RM 1423|PORT_PTNH_WAWF_NOTIFICATIONS@NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR FROM DATE OF DELIVERY|ONE YEAR FROM DATE OF DELIVERY||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| DD1423 Data Item A001 may be waived if already on file atNAVSUP WSS Mechanicsburg. Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 6 days after effective date of the resulting contract. Any contract awarded as a result of this solicitation will be"DO" rated order certified for national defense use under the Defense Priorities and AllocationsSystem (DPAS). \ 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 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=H841-0311A02 |53711| A|ER |D|0001 | A|00026|0000000 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0001 | A|49998|0063794 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0002 | A|49998|0045143 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0003 | A|49998|0019525 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0004 | A|49998|0076636 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0005 | A|49998|0081129 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0006 | A|49998|0060643 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0007 | A|49998|0059733 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0008 | A|49998|0060515 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0009 | A|49998|0058068 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0010 | A|49998|0060261 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0011 | A|49998|0059329 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0012 | A|49998|0055878 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0013 | A|49998|0059753 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0014 | A|49998|0066702 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0015 | A|49998|0065597 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0016 | A|49998|0055280 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0017 | A|49998|0256312 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0018 | A|49998|0226401 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0019 | A|49998|0151896 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0020 | A|49998|0261479 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0001 | A|49998|0049209 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0002 | A|49998|0019529 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0003 | A|49998|0064214 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0004 | A|49998|0245768 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0001 | A|49998|0052299 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0002 | A|49998|0038687 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0003 | A|49998|0071568 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0004 | A|49998|0062986 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0001 | A|49998|0062579 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0002 | A|49998|0046869 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0003 | A|49998|0070171 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0004 | A|49998|0070640 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0005 | A|49998|0071440 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0006 | A|49998|0069962 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0007 | A|49998|0069633 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0008 | A|49998|0070395 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0009 | A|49998|0070028 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0010 | A|49998|0061605 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0011 | A|49998|0059982 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0012 | A|49998|0065829 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0013 | A|49998|0079632 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0014 | A|49998|0077596 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0015 | A|49998|0054419 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001 | A|49998|0054082 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001.1 | A|49998|0049163 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001.2 | A|49998|0018325 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0002 | A|49998|0073431 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0003 | A|49998|0321693 DRAWING DATA=H841-0311A45 |53711| A|ER |D|0001 | A|49998|0472265 DRAWING DATA=7068535 |53711| A| |D|0000.A | A|49998|0073590 DRAWING DATA=7068535 |53711| A| |D|0001 | A|49998|0113855 DRAWING DATA=7068535 |53711| A| |D|0002 | A|49998|0073787 DRAWING DATA=7068535 |53711| A| |D|0003 | A|49998|0013516 DRAWING DATA=7068535 |53711| A| |D|0004 | A|49998|0017576 DRAWING DATA=7068535 |53711| A| |D|0005 | A|49998|0042496 DRAWING DATA=7068535 |53711| A| |D|0006.1 | A|49998|0088288 DRAWING DATA=7068535 |53711| A| |D|0006.2 | A|49998|0081582 DRAWING DATA=7068535 |53711| A| |D|0007.1 | A|49998|0036809 DRAWING DATA=7068535 |53711| A| |D|0007.10 | A|49998|0065677 DRAWING DATA=7068535 |53711| A| |D|0007.11 | A|49998|0080102 DRAWING DATA=7068535 |53711| A| |D|0007.12 | A|49998|0077264 DRAWING DATA=7068535 |53711| A| |D|0007.13 | A|49998|0054331 DRAWING DATA=7068535 |53711| A| |D|0007.2 | A|49998|0070235 DRAWING DATA=7068535 |53711| A| |D|0007.3 | A|49998|0070925 DRAWING DATA=7068535 |53711| A| |D|0007.4 | A|49998|0069720 DRAWING DATA=7068535 |53711| A| |D|0007.5 | A|49998|0069460 DRAWING DATA=7068535 |53711| A| |D|0007.6 | A|49998|0070275 DRAWING DATA=7068535 |53711| A| |D|0007.7 | A|49998|0069898 DRAWING DATA=7068535 |53711| A| |D|0007.8 | A|49998|0064791 DRAWING DATA=7068535 |53711| A| |D|0007.9 | A|49998|0059742 DRAWING DATA=7068535 |53711| A| |D|0008 | A|49998|0256964 DRAWING DATA=7068535 |53711| A| |D|0009 | A|49998|0226814 DRAWING DATA=7068535 |53711| A| |D|0010 | A|49998|0165069 DRAWING DATA=7068535 |53711| A| |D|0011 | A|49998|0149929 DRAWING DATA=7068535 |53711| A| |D|0012 | A|49998|0322268 DRAWING DATA=7068535 |53711| A| |D|0013 | A|49998|0106935 DRAWING DATA=7068535 |53711| A| |D|0014 | A|49998|0203470 DRAWING DATA=7068535 |53711| A| |D|0015 | A|49998|0165822 DRAWING DATA=7068535 |53711| A| |D|0016 | A|49998|0260634 DRAWING DATA=7068535 |53711| A| |D|0017 | A|49998|0157258 DRAWING DATA=7068535 |53711| A| |D|0018 | A|49998|0186764 DRAWING DATA=7068535 |53711| A| |D|0019 | A|49998|0097801 DRAWING DATA=7068535 |53711| A| |D|0020 | A|49998|0090271 DRAWING DATA=7068535 |53711| A| |D|0021 | A|49998|0164439 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 ;Operating Rod, must be in accordance with Naval Sea Systems Command drawing 7068535 item number 61, and ER's ERH841-0311A2, ERH841-0311 A3, ERH841-0311A7, ERH841-311A10, ERH841-0311A12, ERH841-0311A16, and ERH841-0311A45, except as amplified or modified herein.; 3.2 ;No weld repair allowed on QQ-N-286 Material.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Operating Rod; Material - ;QQ-N-286, form 2, annealed & age hardened, finish A; 3.4 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. Attribute - Annealing and Age Hardening Item - ;Operating Rod; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 3.5 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.6 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.8 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.8.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.9 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. 3.10 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.10.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.11 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.12 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.12.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.12.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.12.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.12.4 This contract provides for the performance of Government Quality Assurance at source. 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 Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.12.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.13 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.13.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.13.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.14 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.14.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.14.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.14.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.14.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.14.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.15 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.15.1 Visual examination upon receipt to detect damage during transit. 3.15.2 Inspection for completeness and proper type. 3.15.3 Verification of material quality received. 3.15.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.15.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.15.6 Identification and protection from improper use or disposition. 3.15.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.15.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.15.9 Material returned to the contractor must be handled as GFM. 3.16 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.16.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.17 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.17.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.17.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.17.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.18 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.18.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.18.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.18.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.18.4 ELECTRONIC SIGNATURES. 3.18.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.18.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.18.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.18.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identify the person making the change, and must clearly reflect that the document or record has been revised. 3.18.9 The prime contractor, as a minimum, must flow down the electronic signature requirements to their sub-tier suppliers and sub-contractors that provide electronically signed company certifications and reports to ensure that they have a procedure to control and identify unique processes for only allowing authorized individuals to sign documents. 3.18.10 Statements on material certification ...

Deadline: 2/20/2026
Posted: 10/23/2025
SolicitationNAICS: 332919.0

48--ROD,OPERATING

CONTACT INFORMATION|4|N743.43|WVE|N/A|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATION SECTIONS C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|STAND-ALONE RECEIVING REPORT-CERTIFICATIONS COMBO-RECEIVING REPORT & INVOICES-MATERIALS|N/A|TBD|N00104|TBD|N39040-CERTIFICATIONS S4306A-MATERIALS|N50286|TBD|133.2|N/A|N A|N39040-CERTIFICATIONS|N A|N A|SEE DD FO RM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| DD1423 Data Item A001 may be waived if already on file at NAVSUP WSS Mechanicsburg. Submission of Certification Data CDRLs will be on or before 20days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will beon or before 6 days after effective date of the resulting contract. Any contract awarded as a result of this solicitation will be"DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). \ 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 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=H841-0311A02 |53711| A|ER |D|0001 | A|00026|0000000 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0001 | A|49998|0063794 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0002 | A|49998|0045143 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0003 | A|49998|0019525 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0004 | A|49998|0076636 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0005 | A|49998|0081129 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0006 | A|49998|0060643 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0007 | A|49998|0059733 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0008 | A|49998|0060515 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0009 | A|49998|0058068 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0010 | A|49998|0060261 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0011 | A|49998|0059329 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0012 | A|49998|0055878 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0013 | A|49998|0059753 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0014 | A|49998|0066702 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0015 | A|49998|0065597 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0016 | A|49998|0055280 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0017 | A|49998|0256312 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0018 | A|49998|0226401 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0019 | A|49998|0151896 DRAWING DATA=H841-0311A03 |53711| A|ER |D|0020 | A|49998|0261479 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0001 | A|49998|0049209 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0002 | A|49998|0019529 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0003 | A|49998|0064214 DRAWING DATA=H841-0311A07 |53711| A|ER |D|0004 | A|49998|0245768 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0001 | A|49998|0052299 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0002 | A|49998|0038687 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0003 | A|49998|0071568 DRAWING DATA=H841-0311A10 |53711| A|ER |D|0004 | A|49998|0062986 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0001 | A|49998|0062579 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0002 | A|49998|0046869 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0003 | A|49998|0070171 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0004 | A|49998|0070640 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0005 | A|49998|0071440 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0006 | A|49998|0069962 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0007 | A|49998|0069633 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0008 | A|49998|0070395 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0009 | A|49998|0070028 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0010 | A|49998|0061605 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0011 | A|49998|0059982 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0012 | A|49998|0065829 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0013 | A|49998|0079632 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0014 | A|49998|0077596 DRAWING DATA=H841-0311A12 |53711| A|ER |D|0015 | A|49998|0054419 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001 | A|49998|0054082 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001.1 | A|49998|0049163 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0001.2 | A|49998|0018325 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0002 | A|49998|0073431 DRAWING DATA=H841-0311A16 |53711| A|ER |D|0003 | A|49998|0321693 DRAWING DATA=H841-0311A45 |53711| A|ER |D|0001 | A|49998|0472265 DRAWING DATA=7068535 |53711| A| |D|0000.A | A|49998|0073590 DRAWING DATA=7068535 |53711| A| |D|0001 | A|49998|0113855 DRAWING DATA=7068535 |53711| A| |D|0002 | A|49998|0073787 DRAWING DATA=7068535 |53711| A| |D|0003 | A|49998|0013516 DRAWING DATA=7068535 |53711| A| |D|0004 | A|49998|0017576 DRAWING DATA=7068535 |53711| A| |D|0005 | A|49998|0042496 DRAWING DATA=7068535 |53711| A| |D|0006.1 | A|49998|0088288 DRAWING DATA=7068535 |53711| A| |D|0006.2 | A|49998|0081582 DRAWING DATA=7068535 |53711| A| |D|0007.1 | A|49998|0036809 DRAWING DATA=7068535 |53711| A| |D|0007.10 | A|49998|0065677 DRAWING DATA=7068535 |53711| A| |D|0007.11 | A|49998|0080102 DRAWING DATA=7068535 |53711| A| |D|0007.12 | A|49998|0077264 DRAWING DATA=7068535 |53711| A| |D|0007.13 | A|49998|0054331 DRAWING DATA=7068535 |53711| A| |D|0007.2 | A|49998|0070235 DRAWING DATA=7068535 |53711| A| |D|0007.3 | A|49998|0070925 DRAWING DATA=7068535 |53711| A| |D|0007.4 | A|49998|0069720 DRAWING DATA=7068535 |53711| A| |D|0007.5 | A|49998|0069460 DRAWING DATA=7068535 |53711| A| |D|0007.6 | A|49998|0070275 DRAWING DATA=7068535 |53711| A| |D|0007.7 | A|49998|0069898 DRAWING DATA=7068535 |53711| A| |D|0007.8 | A|49998|0064791 DRAWING DATA=7068535 |53711| A| |D|0007.9 | A|49998|0059742 DRAWING DATA=7068535 |53711| A| |D|0008 | A|49998|0256964 DRAWING DATA=7068535 |53711| A| |D|0009 | A|49998|0226814 DRAWING DATA=7068535 |53711| A| |D|0010 | A|49998|0165069 DRAWING DATA=7068535 |53711| A| |D|0011 | A|49998|0149929 DRAWING DATA=7068535 |53711| A| |D|0012 | A|49998|0322268 DRAWING DATA=7068535 |53711| A| |D|0013 | A|49998|0106935 DRAWING DATA=7068535 |53711| A| |D|0014 | A|49998|0203470 DRAWING DATA=7068535 |53711| A| |D|0015 | A|49998|0165822 DRAWING DATA=7068535 |53711| A| |D|0016 | A|49998|0260634 DRAWING DATA=7068535 |53711| A| |D|0017 | A|49998|0157258 DRAWING DATA=7068535 |53711| A| |D|0018 | A|49998|0186764 DRAWING DATA=7068535 |53711| A| |D|0019 | A|49998|0097801 DRAWING DATA=7068535 |53711| A| |D|0020 | A|49998|0090271 DRAWING DATA=7068535 |53711| A| |D|0021 | A|49998|0164439 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | 3. REQUIREMENTS 3.1 ;Operating Rod, must be in accordance with Naval Sea Systems Command drawing 7068535 item number 60, and ER's ERH841-0311A2, ERH841-0311 A3, ERH841-0311A7, ERH841-311A10, ERH841-0311A12, ERH841-0311A16, and ERH841-0311A45, except as amplified or modified herein.; 3.2 ;No weld repair allowed on QQ-N-286 Material.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Operating Rod; Material - ;QQ-N-286, form 2, annealed & age hardened, finish A; 3.4 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. Attribute - Annealing and Age Hardening Item - ;Operating Rod; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 3.5 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.6 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.8 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.8.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.9 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. 3.10 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.10.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.11 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.12 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.12.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.12.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.12.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.12.4 This contract provides for the performance of Government Quality Assurance at source. 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 Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.12.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.13 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.13.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.13.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.14 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.14.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.14.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.14.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.14.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.14.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.15 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.15.1 Visual examination upon receipt to detect damage during transit. 3.15.2 Inspection for completeness and proper type. 3.15.3 Verification of material quality received. 3.15.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.15.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.15.6 Identification and protection from improper use or disposition. 3.15.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.15.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.15.9 Material returned to the contractor must be handled as GFM. 3.16 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.16.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.17 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.17.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.17.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.17.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.18 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.18.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.18.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.18.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.18.4 ELECTRONIC SIGNATURES. 3.18.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.18.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.18.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.18.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identify the person making the change, and must clearly reflect that the document or record has been revised. 3.18.9 The prime contractor, as a minimum, must flow down the electronic signature requirements to their sub-tier suppliers and sub-contractors that provide electronically signed company certifications and reports to ensure that they have a procedure to control and identify unique processes for only allowing authorized individuals to sign documents. 3.18.1...

Deadline: 2/20/2026
Posted: 10/23/2025
SolicitationNAICS: 332919.0

NGWSP BLOCK 2-3 HDD

NGWSP BLOCK 2-3 HDD

Deadline: 2/25/2026
Posted: 11/17/2025
SolicitationNAICS: 237110.0

Request for Proposal SPRRA223R0068

Amendment 0022 change proposal due date to 25 February 2026. _______________________________________________________________________ Amendment 0021 change proposal due date to 31 October 2025 and update the Estimated Annual Demand quantities for the parts below: PRON Nsn Part Solicited EADs Current EADs D13F0246D1 1450014411625 13507200 62 47 D14F0078D1 6150015315487 13508084-4 20 68 D14F0087D1 5998014406581 13508050 100 98 _______________________________________________________________________ Amendment 0020 change proposal due date to 25 February 2025. _______________________________________________________________________ Amendment 0019 is to remove the listed part numbers: P/N:13508085-4, NSN:6150-01-531-5490, NOUN:Cable Assembly, Umbil, Signal LR, Qty:15 P/N:13508084-3, NSN:6150-01-531-5486, NOUN:Cable Assembly, Umbil, Power LL, Qty:20 P/N:13507915, NSN:5998-01-678-4764, NOUN:Circuit Card Assembly, Mic, Qty:11 _______________________________________________________________________ Amendment 0018 change proposal due date to 16 January 2025. _______________________________________________________________________ Amendment 0017 change proposal due date to 12 December 2024. _______________________________________________________________________ Amendment 0016 change proposal due date to 3 December 2024. _______________________________________________________________________ Amendment 0015 change proposal due date to 14 November 2024. _______________________________________________________________________ Amendment 0014 change proposal due date to 7 November 2024. _______________________________________________________________________ Amendment 0013 change proposal due date to 31 October 2024. _______________________________________________________________________ Amendment 0012 change proposal due date to 10 October 2024. _______________________________________________________________________ Amendment 0011 change proposal due date to 3 October 2024. _______________________________________________________________________ Amendment 0010 change proposal due date to 19 September 2024. _______________________________________________________________________ Amendment 0009 change proposal due date to 29 August 2024. _______________________________________________________________________ Amendment 0008 change proposal due date to 8 August 2024. _______________________________________________________________________ Amendment 0007 change proposal due date to 9 July 2024. _______________________________________________________________________ Amendment 0006 change proposal due date to 12 June 2024. _______________________________________________________________________ THE PURPOSE OF AMENDMENT 0005 TO SOLICITIATION SPRRA223R0068 IS TO EXTEND THE PROPOSAL DUE DATE TO 15 MAY 2024.

Deadline: 2/25/2026
Posted: 10/17/2025
SolicitationNAICS: 334412.0

LEFT TRAINING HDL

CONTACT INFORMATION|4|N741.5|7VH|717-605-8656|james.b.burnett1.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO - Invoice and Receiving Report|Not Applicable|HQ0338|N00104|S2206A|S2206A|0001AA: SW3117 / 0001AB: SW3218|34228|||S2206A|||||Not Applicable| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|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|336612|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| In accordance with 04 NOV 2025 program quantity change request per FY26 S&OP plan, the following is incorporated. Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 34228) applies for subject NSN. L3 TECHNOLOGIES, INC., L3 KEO (CAGE Code: 34228), POC: Amy Mitchell, PH: 413-326-4375, E-mail: Amy.Mitchell@L3Harris.com / Dakota Wheeler, PH: 413-387-1839, E-mail: Dakota.Wheeler@L3Harris.com / Nathan Wright, PH: 413-356-3677, E-mail: Nathan.Wrightl@L3Harris.com / Kim Richardson, E-mail: Kim.Richardson@l3harris.com, N00104-22-G-Y701 BOA, Attachment A, Item C026, NSN: 7HH 2040 014119108, LEFT TRAINING HDL, REF NO: 064383. SUBCLIN 0001AA: Quantity is decreased from 4 EA to 3 EA. Part Number: 064383. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: Quantity is decreased from 4 EA 0 EA. Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997) Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 34228) applies for subject NSN. L3 TECHNOLOGIES, INC., L3 KEO (CAGE Code: 34228), POC: Tyler Loubier, PH: 413-387-1880, E-mail: Tyler.Loubier@L3Harris.com / Amy Mitchell, PH: 413-326-4375, E-mail: Amy.Mitchell@L3Harris.com. N00104-22-G-Y701 BOA, Attachment A, Item C026, NSN: 7HH 2040 014119108, LEFT TRAINING HDL, REF NO: 064383. SUBCLIN 0001AA: 4 EA, Part Number: 064383. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: 4 EA, Part Number: 064383. Ship to: SW3218 ACTIVITY UIC CODE: SW3218 FREIGHT ADDRESS: DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO, CA 92136-3581 Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. Note: iRAPT/WAWF invoice and receiving report with IUID requirement: Contact IUID Help, PH: 269-961-4745, E-mail: Iuid.helpdesk@dla.mil (Re: DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023)). The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997). Note: 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 and the contract quality requirements for the LEFT TRAINING HDL . 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. 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. DOCUMENT REF DATA=MIL-STD-130 | | |K |000115|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The LEFT TRAINING HDL furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;34228 064383; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. 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 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. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchause 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 reqiurements 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 reqiurements. 4.2 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 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. 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.

Deadline: 2/27/2026
Posted: 11/10/2025
SolicitationNAICS: 336612.0

LEFT TRAINING HDL

CONTACT INFORMATION|4|N741.5|7VH|717-605-8656|james.b.burnett1.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO - Invoice and Receiving Report|Not Applicable|HQ0338|N00104|S2206A|S2206A|0001AA: SW3117 / 0001AB: SW3218|34228|||S2206A|||||Not Applicable| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|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|336612|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 34228) applies for subject NSN. L3 TECHNOLOGIES, INC., L3 KEO (CAGE Code: 34228), POC: Tyler Loubier, PH: 413-387-1880, E-mail: Tyler.Loubier@L3Harris.com / Amy Mitchell, PH: 413-326-4375, E-mail: Amy.Mitchell@L3Harris.com. N00104-22-G-Y701 BOA, Attachment A, Item C026, NSN: 7HH 2040 014119108, LEFT TRAINING HDL, REF NO: 064383. SUBCLIN 0001AA: 4 EA, Part Number: 064383. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: 4 EA, Part Number: 064383. Ship to: SW3218 ACTIVITY UIC CODE: SW3218 FREIGHT ADDRESS: DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO, CA 92136-3581 Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. Note: iRAPT/WAWF invoice and receiving report with IUID requirement: Contact IUID Help, PH: 269-961-4745, E-mail: Iuid.helpdesk@dla.mil (Re: DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023)). The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997). Note: 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 and the contract quality requirements for the LEFT TRAINING HDL . 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. 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. DOCUMENT REF DATA=MIL-STD-130 | | |K |000115|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The LEFT TRAINING HDL furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;34228 064383; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. 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 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. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchause 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 reqiurements 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 reqiurements. 4.2 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 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. 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.

Deadline: 2/27/2026
Posted: 11/10/2025
SolicitationNAICS: 336612.0

GENETIC MEDICINES AND INDIVIDUALIZED MANUFACTURING FOR EVERYONE (GIVE)

October 03, 2025: Special Notice (ARPA-H-SN-26-140) posted to SAM.GOV. GIVE ISO (ARPA-H-SOL-25-129) Amendment 01 posted. For details, please see the Summary of Changes (pg 2) in the attached (GIVE_ISO_Amend_01_ 20251003). __________________________________________________________ September 25, 2025: The Advanced Research Projects Agency for Health (ARPA-H) Genetic Medicines And Individualized Manufacturing For Everyone (GIVE) Program aims to accelerate biomanufacturing equipment and process innovation, digital transformation, next generation therapies, and commercial adoption all at once. GIVE seeks to harness human-machine collaboration, eliminate scale-up costs, and drive toward a fundamentally different future state – a state where biomanufacturing is localized, accessible, and individualized. Interested parties are invited to review the attached GIVE Innovative Solutions Opening (ISO) ARPA-H -SOL-25-129. Solution summaries are due December 19, 2025, 5:00 PM ET. A solution summary must be submitted to submit a proposal. Submissions must be made to: Solution Summary Submission Site: https://solutions.arpa-h.gov/Submit-Solution/ Please ensure to follow this opportunity for any updates. For more information on the GIVE program visit: https://arpa-h.gov/explore-funding/programs/give

Deadline: 2/27/2026
Posted: 10/3/2025
SolicitationNAICS: 541714.0

GENETIC MEDICINES AND INDIVIDUALIZED MANUFACTURING FOR EVERYONE (GIVE)

September 25, 2025: Details for the ARPA-H GIVE Program Proposer's Day are currently being finalized. A Special Notice with the event information and logistics will be forthcoming. Interested parties are encouraged to provide their contact information for a notification of the Special Notice posting at the following link: https://ebkh9.share.hsforms.com/2-IoRosMRTUGk4OD_61aXJQ __________________________________________________________ The Advanced Research Projects Agency for Health (ARPA-H) Genetic Medicines And Individualized Manufacturing For Everyone (GIVE) Program aims to accelerate biomanufacturing equipment and process innovation, digital transformation, next generation therapies, and commercial adoption all at once. GIVE seeks to harness human-machine collaboration, eliminate scale-up costs, and drive toward a fundamentally different future state – a state where biomanufacturing is localized, accessible, and individualized. Interested parties are invited to review the attached GIVE Innovative Solutions Opening (ISO) ARPA-H -SOL-25-129. Solution summaries are due December 19, 2025, 5:00 PM ET. A solution summary must be submitted to submit a proposal. Submissions must be made to: Solution Summary Submission Site: https://solutions.arpa-h.gov/Submit-Solution/ Please ensure to follow this opportunity for any updates. For more information on the GIVE program visit: https://arpa-h.gov/explore-funding/programs/give

Deadline: 2/27/2026
Posted: 9/25/2025
SolicitationNAICS: 541714.0

GENETIC MEDICINES AND INDIVIDUALIZED MANUFACTURING FOR EVERYONE (GIVE)

October 03, 2025: Special Notice (ARPA-H-SN-26-140) posted to SAM.GOV. GIVE ISO (ARPA-H-SOL-25-129) Amendment 01 posted. For details, please see the Summary of Changes (pg 2) in the attached (GIVE_ISO_Amend_01_ 20251003). __________________________________________________________ September 25, 2025: The Advanced Research Projects Agency for Health (ARPA-H) Genetic Medicines And Individualized Manufacturing For Everyone (GIVE) Program aims to accelerate biomanufacturing equipment and process innovation, digital transformation, next generation therapies, and commercial adoption all at once focused on accelerating innovation in the manufacture, testing, and release of RNA-containing modalities. GIVE seeks to harness human-machine collaboration, eliminate scale-up costs, and drive toward a fundamentally different future state – a state where biomanufacturing is localized, accessible, and individualized. Interested parties are invited to review the attached GIVE Innovative Solutions Opening (ISO) ARPA-H -SOL-25-129. Solution summaries are due December 19, 2025, 5:00 PM ET. A solution summary must be submitted to submit a proposal. Submissions must be made to: Solution Summary Submission Site: https://solutions.arpa-h.gov/Submit-Solution/ Please ensure to follow this opportunity for any updates. For more information on the GIVE program visit: https://arpa-h.gov/explore-funding/programs/give

Deadline: 2/27/2026
Posted: 10/10/2025
SolicitationNAICS: 541714.0

CIRCUIT,CARD,IP

ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report||TBD|SPRMM1|TBD|TBD|TBD|TBD|||TBD|||||TBD| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|x|x|x|||x|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334412|750|x|x|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| The purpose of this amendment is to extend the due date for quotation. 1 . Due date extended from 17 NOV 25 to 02 MAR 26. All other terms and conditions remain unchanged. \ 1. 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. 2. Drawings or technical data are not available for this item. (If drawings are available, include remark under "For Drawings") 3. Delivery days_________aro. 4. Offer valid for _____ days. 5. When submitting quotes via EDI, make sure you specify any exceptions (i.e. Mil specs/standards, packaging, I&A, packaging houses etc) or follow up with a hardcopy of the exceptions. If nothing is indicated or received, award will be based upon solicitation requirements. Changes or requests for changes after award will have consideration costs deducted on modifications. 6. If you are not the manufacturer of the material you are offering, you must state who the OEM is (cage code) and the part number you are offering. 7. Please provide an email address for follow up communications. ____________________________________________________________ 8. It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by DLA Maritime Mechanicsburg and posted on EDA. To receive these notifications, contact: NAVSUPWSS code 025, procurement systems design and contract support division Via email at NAVSUPWSSITIMPHelpdesk@navy.mil. Please include the following information with your request: CAGE code, company name, address and POC with phone number and email address. 9. Contractors can view their orders, contracts and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Procurement Integrated Enterprise Environment (PIEE) website. It is recommended that the contractor register for EDA at https://piee.eb.mil/. Click on new user and registration. Any order resulting from this Request for Quotation will require electronicsubmittal of Receiving Report and Invoices through PIEE-WAWF. 10. The following website is provided to suppliers to obtain the full text ofthe DLA Procurement Notes listed below:http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspxThe following DLA Procurement Notes are applicable to this requirement: C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing C04 Unused Former Government Surplus Property (SEP 2021) C14 Correction of Nonconforming Packaging or Marking (MAY 2020) E05 Product Verification Testing (MAY 2020) E06 Inspection and Acceptance at Source (JUN 2018) L06 Agency Protests (DEC 2016) \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CIRCUIT,CARD,IP . 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. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CIRCUIT,CARD,IP furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;96169 EB-5579-5; 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 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. 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. 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. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the PTAP SBC . 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. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The PTAP SBC furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;96169 EB-4734-5-V5; 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 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. 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. 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.

Deadline: 3/2/2026
Posted: 11/18/2025
SolicitationNAICS: 334412.0

Strategic Trends Division Broad Agency Announcement (BAA)

The DTRA Broad Agency Announcement activity proposes to solicit outstanding private and public research institutions (to include – but not limited to – think tanks, industry, and universities) to develop and provide credible, timely, operationally relevant and actionable research products that inform Strategic Trends Division’s efforts to characterize the 2025 to 2030 threat environment in an era of Great Power Competition through the Strategic Trends Research Initiative. Per priorities identified by the 2018 National Defense Strategy, SI-STT seeks proposals and white papers for research studies, strategic dialogues, and TTXs.

Deadline: 3/2/2026
Posted: 3/20/2025
SolicitationNAICS: 5417.0

FSG53 HARCD SPE4A2-26-R-0001

RFP SPE4A2-26-R-0001 for the Hardware Acquisition Recompete- Customer Direct (HARCD) has been posted and all attachments can be found on DIBBS at: https://www.dibbs.bsm.dla.mil/ Scroll down to "Solicitations" and click on "RFP". From there type in the solicitation number: SPE4A226R0001 in the search box. The solicitation closes on 03/03/2026 at 1500 EST.

Deadline: 3/3/2026
Posted: 11/5/2025
SolicitationNAICS: 336411.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/6/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil) Amendment 0001 - Set Bid Opening; Changes to Solicitation; Instructions to Bidders Amendment 0002 - Attachments

Deadline: 3/5/2026
Posted: 4/9/2025
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil) Amendment 0001 - Set Bid Opening; Changes to Solicitation; Instructions to Bidders

Deadline: 3/5/2026
Posted: 4/8/2025
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/5/2026
Posted: 3/5/2024
SolicitationNAICS: 237990.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil) Amendment 0001 - Set Bid Opening; Changes to Solicitation; Instructions to Bidders Amendment 0002 - Attachments Bid Abstract Posted

Deadline: 3/5/2026
Posted: 4/15/2025
SolicitationNAICS: 237990.0

USNS MEGAR EVERS 2026 MTA

The amendment is being issued for the following:a) Add new WIs 0802b) Add revised WIs 0010, 0021, 0101, 0102, 0131, 0165, 0183, 0203, 0802c) Remove WI 0203d) Add revised WIs indexe) Correct Section B CLIN 0002, Adding ODC Amount and AGR Hoursf) Revised J-2g) Revised J-3h) Add Liquidated Damagesi) Revised period of performance from 19 March 2026 through 17 May 2026 to 19 Aug 2026 through 7 Oct 2026.j) Change RFC due date to 10:00 AM EST, 16 FEBRUARY 2026k) Change RFP close date on 1:00 PM EST, 05 MARCH 2026l) Incorporate RFCs 0001 - 0015m) Change Ship Check Date from 29 SEPTEMBER 2025 to 16 FEBRUARY 2026

Deadline: 3/5/2026
Posted: 10/7/2025
SolicitationNAICS: 336611.0

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009)

Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)

Deadline: 3/6/2026
Posted: 3/6/2024
SolicitationNAICS: 237990.0

SOF Global Services Delivery Request for Proposal (DRAFT)

***NOTE*** Submission date identified here has been updated to show the potential submission date for this draft RFP. No proposals will be accepted from this draft RFP. <<BREAK>> Updated as of 14 Nov 2025 Due to the extended Government shutdown and impending holiday season, the Government has elected to delay the release of the SOFGSD Final RFP to Q2 FY26. A determination of the expected date of release has not been made yet, but it is expected to be within the beginning of Q2. Interested parties should expect to see at least one more draft RFP prior to the final release. Interested parties may continue to submit questions using the attached Q&A template with submission to the entire Contracting team identified in the draft RFP. <<BREAK>> Update as of 12 Sept 2025 This update is provided to place offerors on notice that a final rule for DFARS Case 2019-D041 - Defense Federal Acquisition Regulation Supplement: Assessing Contractor Implementation of Cybersecurity Requirements was released on 10 Sept 2025. A copy of the rule is located here: https://www.federalregister.gov/documents/2025/09/10/2025-17359/defense-federal-acquisition-regulation-supplement-assessing-contractor-implementation-of Based on the rule implementation date of 10 November 2025, and an anticipated RFP release date that falls after the implementation date, the Government will include a CMMC pass/fail requirement in the final RFP as qualifying criteria. It is currently anticipated that a "CMMC Level 1 (Self)" will be required at time of proposal submission. Potential offerors are encouraged to begin working to meet this requirement if you have not already done so. Please note that the rule requires that all identified team members will be required to meet this requirement at time of proposal. Prime offerors are encouraged to ensure team members have also completed this requirement, as a Prime offeror will be disqualified if it is determined that a identified team member does not also meet the CMMC Level 1 (Self) qualification. Sections L and M will be updated in a future draft RFP posting. <<BREAK>> Update as of 4 Sept 2025 Amendment 03 to this DRAFT solicitation is being provided. Questions submitted prior to 22 Aug 2025 have been included in the attached "Response to DRFP Amd 2 SOFGSD QnA". You may continue to submit questions until the Q&A submission date released in the final RFP. This date is still to be determined. The following attachments are being updated with this posting. If an attachment is not listed here, then it has not been updated. 0A SOFGSD Section L (Draft 20250904) 0B SOFGSD Section M (Draft 20250904) Atch 01 IDIQ SOW (r2 20250904) Atch 02 HTRO Self Score Matrix (Draft 20250904) Atch 04 Staffing Proposal Pricing Template (Draft 20250904) Atch 07 SOFGSD LCAT Descriptions (Draft 20250904) Response to DRFP Amd 2 SOFGSD QnA <<BREAK>> Update as of 10 Jul 2025 The Government is providing Amendment 02 to this DRAFT solicitation. No submitted questions are being answered at this time due to changes being made in this Amendment that negate most, if not all, currently submitted questions. The video files from Industry Day are significant in size and cannot be uploaded to this posting. We are in the process of determining another avenue for distribution and will update this posting when we are able. The following attachments are being updated with this posting. If an attachment is not listed here, then it has not been updated. 0A SOFGSD Section L (Draft 20250710) 0B SOFGSD Section M (Draft 20250710) Atch 02 HTRO Self Score Matrix (Draft 20250710) Atch 07 SOFGSD LCAT Descriptions (Draft 20250710) The template for submission of questions has also been updated. Please use this newer version to submit questions from this point forward. <<BREAK>> Update to post the Q&A that wasn't posted on Friday. <<BREAK>> Update as of 13 Jun 2025 6pm This notice includes revised draft information regarding the SOF Global Services Delivery (SOFGSD) acquisition. This notice is provided for purposes of providing industry with the most current information regarding SOFGSD and to receive industry feedback on the revised draft RFP in preparation for Industry Day discussions on 16 & 17 June 2025. Offerors are reminded that any correspondence must be sent to the full Contracting Team: Sherri Ashby (sherri.ashby@socom.mil), Christos Tragakis (christos.j.tragakis.civ@socom.mil), and Nichole Stahovich (nichole.l.stahovich.civ@socom.mil) to ensure maximum communication. Offerors are encouraged to review all documents provided with this updated notice. Note that file numbering has changed and additional documents have been provided. The list below shows all attachments as updated via this notice: 0A SOFGSD Section L (Draft) 0B SOFGSD Section M (Draft) 0C SOFGSD Section H (Draft) Atch 01 IDIQ SOW (r1 20250610) Atch 02 HTRO Self Score Matrix (as of 20250613) Atch 03 HTRO Cross Reference Matrix Atch 04 Staffing Proposal Pricing Template Atch 05 Work Sample Cover Sheet Atch 06 DCAA Preaward Survey Checklist Atch 07 SOFGSD LCAT Description (r120250613) SOFGSD Draft RFP Compiled Q&A 20250613 It is noted that the Government did not include a full list of the questions asked. There were a large number of repeat questions, for which the Government provided only one version, and some questions could not be answered by the Government due to the nature of the question. The Government attempted to provide clear and complete answers to the remaining questions. Note that the list of SLIDO questions asked during the SOF Week SOFGSD Sidebar have been included at the end of the Compiled Q&A file. Not all questions asked during the Sidebar were answered at that time, and the Government has not provided answers to any of these questions here. There were no slides shown during the Sidebar, and therefore, none are attached to this notice. <<BREAK>> Update as of 13 Jun 2025 at 10:30am SOFGSD Industry Day 16-17 Jun 2026 In-Person Attendance Location: 1925 E 2nd Ave, # 102, Tampa, FL 33605 Facility Sign-in: 8:00am The SOFWERX facility does not allow entry into the building before 8:00am. All attendees will be required to sign in on the tablets outside the main entry prior to entering the building. This process will be required on both days. Parking: Parking will be challenging. Please ensure you park only in approved locations. Please see Attachment “SOFWERX Information” for parking instructions and facility access information Virtual Attendance Virtual Attendance will be conducted via Microsoft Teams both days. Join the meeting: <https://teams.microsoft.com/l/meetup-join/19%3ameeting_OTllNjg2ZjMtZjNmZS00ZGRlLThkMDMtNTI3MzA1Nzk2NDVm%40thread.v2/0?context=%7b%22Tid%22%3a%224a5ddcb7-0ac6-4811-a341-f24a52596723%22%2c%22Oid%22%3a%22567bf249-b78c-47c7-bc2b-c2832965f163%22%7d> Meeting ID: 237 177 686 074 5 Passcode: ZH2gt3da Dial in by phone: (888) 558-1889,,884884022# <tel:8885581889,,884884022> United States (Toll-free) Phone conference ID: 884 884 022# General Daily Agenda 16 Jun 2025: The General Meeting will begin at 9:30am. This is a full day, with closing remarks anticipated to take place around 4:00pm. A lunch break will be included. 17 Jun 2025: The first briefing will begin at 9:30am. This is expected to be a half day, with the final briefing ending no later than 1:30pm A lunch break is not anticipated. <<BREAK>> Update as of 11 Jun 2025, 2:30pm Please note: you will not receive a confirmation notice or email from registering for either in-person or virtual attendance at Industry Day. When completing your registration, you would have been given notice on the site that you had been registered and have been shown the responses you provided to the registration questions. If you saw this, then you can be assured that you have been registered. <<BREAK>> Update as of 11 Jun 2025 Currently, we have reached in person capacity for Industry Day. No further requests for in person attendance can be accepted. However, virtual attendance registration will remain open until June 13th. To remove the appearance of unequal access, the Government has determined that 1-on-1 sessions will no longer be held for this solicitation. The Government will not be providing any additional information during 1-on-1s that has/will not have been made available through means such as the SOFGSD Side Bar, Industry Day, and multiple rounds of draft RFP Q&A. Additionally, the Government requests questions continue to be submitted through the current Q&A process to ensure all potential offerors receive the same information. Again, all previously scheduled 1-on-1s have been cancelled. To increase transparency, the Government will be conducting a second day of briefings that will focus on a deep dive into a sampling of core requirements and talk through some emerging requirements that may be competed under the SOFGSD IDIQ once awarded. Since Day 2 is specifically focused on a sampling of the types of work expected; the government will not address questions on the solicitation process, scoring, or other information on the IDIQ. Three sessions will be held on Tuesday, 17 Jun 2025 discussing different aspects of requirements that fall within the SOFGSD SOW. No separate registration is required, and all sessions will be made available virtual. <<BREAK>> Update as of 6 Jun 2026 - 2PM The Government has received an overwhelming number of requests for 1-on-1 meetings that far exceed the available timeslots. We are discussing options that are available to us in this situation, requesting input from leadership and our Legal Advisors. We will provide additional information regarding 1-on-1 meetings early next week. <<BREAK>> Update as of 6 Jun 2025 All available 1-on-1 meetings have now been filled. No additional times are available. <<BREAK>> Update as of 5 Jun 2025 SOFGSD Industry Day 1-on-1 meetings Offerors may use the link below to schedule 1-on-1 meetings with the Government team to discuss questions related to the SOFGSD acquisition. Meetings will not be used for business development or introductions. Only 41 time slots are available, and will be issued on a first come, first served basis. Meeting times are only available on 16, 17, and 18 June 2025, in 15 minute increments. Once these times are filled, no further dates will be provided. REMINDER: Meetings are restricted to small business offerors or the protege of a Joint Venture intending to Prime on this acquisition. Due to size limitations, you are limited to only two attendees. https://webmail.apps.mil/owa/calendar/SOFGSD1on1s@socom.onmicrosoft.com/bookings/s/WAvtrDhtb0GeEPAfizPrLA2 <<BREAK>> Update as of 29 May 2025 SOFGSD Industry Day as been formally scheduled for 16 Jun 2025. Location will be at SOFWERX - 1928 E 2nd Ave #102, Tampa, FL 33605. Access into SOFWERX will begin at 8:00am, with Opening Remarks beginning at 9:00am. Closing Remarks are currently scheduled for 2:30pm. Please use the following link to register for both virtually and in person attendance. All fields must be filled in. Registration Link: https://forms.osi.apps.mil/r/hSfX0Fp1ey An additional update and link will be provided NLT 4 Jun 2025 that will allow for a limited number of 15 minute 1-on-1 meetings to be scheduled over 16-18 Jun. These meetings will be limited to in-person only, and will be restricted to Small Business companies intending to Prime on this effort. DO NOT send emails requesting dates or times. This will ONLY be done through the link that will be provided NLT 4 Jun 2025. The Government is still in the process of consolidating all submitted questions in order to provide answers. They will be posted to this notice as soon as possible, but no later than two days prior to Industry Day. <<BREAK>> Update as of 21 May 2025 Industry Day for this requirement has been PRELIMINARILY scheduled for 12 Jun 2025, time is still to be determined but expect an early morning start of 9am or 10am. Location will be at SOFWERX - 1928 E 2nd Ave #102, Tampa, FL 33605. For companies wishing to attend in person, we will limit attendance to no more than two individuals per company. Directions for registration will be provided once the final schedule has been determined. Industry Day will also be conducted virtually and a link will be provided here once the final schedule has been determined. 1-on-1s will NOT be held for this requirement due to the significant interest. The Government is in the process of consolidating all submitted questions, to include those submitted durning the SOF Week Sidebar, in order to provide answers. They will be posted to this notice as soon as possible, but no later than two days prior to Industry Day. <<BREAK>> Initial Post This notice includes draft information regarding the SOF Global Services Delivery (SOFGSD) acquisition. This notice is provided for purposes of providing industry with the most current information regarding SOFGSD and to receive industry feedback on the draft RFP. Those contractors interested in proposing on this effort and desiring to provide value added feedback on the draft solicitation PRIOR to Industry Day must provide their comments/questions in the attached format via email to the Contracting Team: Sherri Ashby (sherri.ashby@socom.mil), Christos Tragakis (christos.j.tragakis.civ@socom.mil), and Nichole Stahovich (nichole.l.stahovich.civ@socom.mil) NLT 1200 hrs Eastern on 20 May 2025. Please review the documents in their entirety and submit only one comment document per company. Questions and answers will be discussed during Industry Day which will be scheduled at the end of May 2025. A subsequent amendment to this solicitation will be provided with information specific to Industry Day once details have been finalized. A formal milestone schedule has not yet been established. However, the following are the tentative dates for release of information concerning the new requirement: Industry Day: 12 Jun 2025 Final Draft RFP Comments/Questions Due: End of June 2025 Final RFP Release: Beginning of July 2025 ***UPDATE AS OF 18 APR 2025*** SOF AT&L - PEO Services will be hosting a SOFGSD sidebar during SOFWEEK! Please mark your calendars! WHO: PEO SV, KH Teammates WHAT: OPEN DISCUSSIONS WHEN/WHERE: 7 MAY 2025 @14:00 – 15:00, Tampa Convention Center (TCC) RM 118 & 119 WHY: Address concerns, contracting open topics, team engagements, socialize. *Notes and slides presented during this sidebar will be posted afterwards for those not attending SOF Week.

Deadline: 3/6/2026
Posted: 11/14/2025
SolicitationNAICS: 541611.0

Apache AH-64 Composite Main Rotor Blade

W58RGZ-25-R-0071 Solicitation for the Maintenance and Overhaul of the Composite Main Rotor Blade on the Apache Helicopter.

Deadline: 3/11/2026
Posted: 9/9/2025
SolicitationNAICS: 336413.0

6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)

SEP 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)

Deadline: 3/12/2026
Posted: 11/6/2025
SolicitationNAICS: 334517.0

DLA Commercial Solutions Opening (CSO) FY2026

A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data 4) Area of Interest 03: Emerging Engineering Services for Technical data 5) Supplemental Information_ Area of Interest 03 Emerging Engineering Services for Technical data.docx 6) Area of Interest 04: Emerging Engineering Services for Technical data 7) Supplemental Information_ Area of Interest 04 Emerging Engineering Services for Technical data.docx

Deadline: 3/13/2026
Posted: 11/10/2025
SolicitationNAICS: 541715.0

DLA Commercial Solutions Opening (CSO) FY2025

A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data 4) Area of Interest 03: Emerging Engineering Services for Technical data 5) Supplemental Information_ Area of Interest 03 Emerging Engineering Services for Technical data.docx 6) Area of Interest 04: Emerging Engineering Services for Technical data 7) Supplemental Information_ Area of Interest 04 Emerging Engineering Services for Technical data.docx

Deadline: 3/13/2026
Posted: 4/15/2025
SolicitationNAICS: 541715.0

DLA Commercial Solutions Opening (CSO) FY2025

A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data 4) Area of Interest 03: Emerging Engineering Services for Technical data 5) Supplemental Information_ Area of Interest 03 Emerging Engineering Services for Technical data.docx

Deadline: 3/13/2026
Posted: 4/1/2025
SolicitationNAICS: 541715.0

DLA Commercial Solutions Opening (CSO) FY2025

A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data

Deadline: 3/13/2026
Posted: 2/21/2025
SolicitationNAICS: 541715.0

DLA Commercial Solutions Opening (CSO) FY2024

A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT)

Deadline: 3/13/2026
Posted: 2/3/2025
SolicitationNAICS: 541715.0

66--NAVIGATIONZLGHTZWHI

CONTACT INFORMATION|4|N743.43|WWJ|717-605-3992|NOELLE.M.SMITH10.CIV@US.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 & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334514|850|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The hour and date specified for receipt of offers has been extended to 4:30PM EST on 16 March 2026./ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (210 days) \ 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;NAVIGATION LIGHT WHITE; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 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 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=5486638 |53711| H| |D|0001 | H|49998|0329168 DRAWING DATA=5486639 |53711| W| |D|0001 | W|49998|3053606 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24560 | | |A |990205|A| | | 1 DOCUMENT REF DATA=MIL-DTL-24560 |0013| |D |990205|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| 3. REQUIREMENTS 3.1 ;The NAVIGATION LIGHT WHITE must be made in accordance with NAVSEA drawing 5486639 Item 46 and NAVSEA drawing 5486638 Detail 31-C, except as amplified or modified herein.; 3.2 Testing for all Critical Implodable Volumes must include submergence pressure test to ;134 psig; for 10 cycles: - Ten (10) minutes at test pressure for cycles 1-9 - One (1) hour at test pressure for cycle 10 The test must be conducted in 35 degrees Fahrenheit seawater if practical. Leakage or visible signs of external damage must be cause for test failure. Pressure and temperature testing equipment used to perform this test must be calibrated. Pressure Gauges used for this testing must conform to the following: 3.2.1 Selecting Master Hydrostatic Test Gages. When selecting a hydrostatic test gage, the test gage range should be greater than the test pressure but should not be more than twice that of the maximum test pressure except for test pressures below 60 psi as indicated on the "Master Gage Selection for Hydro". See Reference Number CSD012 of the Contract Support Library page of the Electronic Contractor Data Submission (ECDS) system at https://register.nslc.navy.mil/ 3.2.2 Master hydrostatic test gages and backup gages must have an accuracy of at least +1.0 percent of gage span. In addition, master hydrostatic test gages must have graduations equal to or smaller than those shown in Table 504-6-1. Backup gages may be installed with dial sizes of 4 1/2 inches or larger. 3.2.3 ;While the 10 cycle implodable volume test is preferred, the navigation light may be hydrostatically tested at 1500 psig for one hour in accordance with note 31.b of drawing 5486639, MIL-DTL-24560 and MIL-DTL-24560/13 for a Type II light assembly as an alternative. The hydrostatic test record will satisfy the contract data item for DI-MISC-80678 (SOC CRITICAL VOLUME TESTING); 3.3 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.4 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.4.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.4.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.4.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.5 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. 3.6 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.6.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.6.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.6.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.8 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.8.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.8.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.8.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.8.4 This contract provides for the performance of Government Quality Assurance at source. 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 Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.8.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.9 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.9.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.9.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.10 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.11 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.11.1 Visual examination upon receipt to detect damage during transit. 3.11.2 Inspection for completeness and proper type. 3.11.3 Verification of material quality received. 3.11.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.11.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.11.6 Identification and protection from improper use or disposition. 3.11.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.11.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.11.9 Material returned to the contractor must be handled as GFM. 3.12 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.12.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.13 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.13.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.13.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.14 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.14.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.14.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.14.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.15 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.15.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.16 See CDRL DI-MISC-80678 (SOC CRITICAL VOLUME TESTING) - The Critical Volume Test Record (Implodable/Explodable), as a minimum, must include the following information: a. Name(s), model number(s), and serial number(s) of component(s) tested. b. Date of test. c. Serial number(s) of gage(s) used for the test. d. Last calibration date of the pressure gage(s) used in the test. e. Next calibration due date of the pressure gage(s) used in the test. f. Test medium temperature required and actual test medium temperature used. g. Pressure range and accuracy of gage(s) used. h. Test pressure for each pressure cycle. i. Required and actual duration of each pressure cycle. j. Results of the test (i.e., SAT or UNSAT) per the above criteria. k. Printed name(s) and signature(s), or Identification Number(s) and signature(s) of test conductor(s)/inspector(s), and the date of each signature. 3.17 See CDRL DI-MISC-80678 (Special Emphasis C of C) The certificate of c compliance must show traceability to the marking applied on each individual item and must contain the following information. 1. Contractors name, address, phone number and date. 2. The NAVSUP contract/purchase order number (i.e. N00104-11-P-FA12) 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants sealants, anti-seize, and/or thread locking compounds. (N/A wh when Not Applicable).5. Cure date (N/A when Not Applicable). 5. Cure date (N/A when Not Applicable). 6. Manufacturers compound number (N/A when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding preformed on this Contract. (N/A when Not Applicable). 8. When pressure testing is required (e.g. hydrostatic, external tightness, seat tightness), the following information must be included on the C of C for each pressure test preformed: a. Name and serial number(s) of component(s) tested. b. Date of test. When multiple components are being tested, the date of the testing recorded on the C of C should be the date when the final component was tested for the lot. c. The required test pressure with tolerances, required number of cycles and required test duration and record the actual test pressures, actual cycles and actual durations accomplished during testing (e.g. Cycle 1 - 3 X 100 +/-5 psig for 5 minutes). d. The required test medium and required allowable leakage (when applicable) and record the actual test medium used and actual leakage experienced during testing (as applicable). e. A Test Acceptance Signature by Contractor's authorized individual must sign at the completion of all testing attesting that the person(s) who actually preformed or witnessed the tests verified that all associated test perameters were met, indicate acceptance of all recorded test data and certifying the satisfactory completion of the required test(s). NOTE: the contractors internal actual test records must list each component o or lot of components tested together identified by component serial number(s) and must note acceptability by the initials or identification number of the person reforming or witnessing the test and the date the test was performed. These test records must be maintained by the contractor for a minimum of seven years or as noted by the contract or contractually invoked documents. 9. A statement that any additional Hull, Mechanical and Electrical (HM&E) testing required, identified by name of test and that it was performed satisfactorily. If no additional HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A.". 10. A statement to the effect that all items furnished on this contract are in full compliance with this procurement document including any invoked specification and drawings. 11. Contractors authorized personnels printed name, signature and date. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and 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. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and 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 copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and 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 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and 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 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, ...

Deadline: 3/16/2026
Posted: 9/10/2025
SolicitationNAICS: 334514.0

66--NAVIGATIONZLGHTZWHI

CONTACT INFORMATION|4|N743.43|WWJ|717-605-3992|NOELLE.M.SMITH10.CIV@US.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 & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334514|850|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The hour and date specified for receipt of offers has been extended to 4:30PM EST on 16 March 2026./ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (210 days) \ 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. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;NAVIGATION LIGHT WHITE; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 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 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=5486638 |53711| H| |D|0001 | H|49998|0329168 DRAWING DATA=5486639 |53711| W| |D|0001 | W|49998|3053606 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24560 | | |A |990205|A| | | 1 DOCUMENT REF DATA=MIL-DTL-24560 |0013| |D |990205|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| 3. REQUIREMENTS 3.1 ;The NAVIGATION LIGHT WHITE must be made in accordance with NAVSEA drawing 5486639 Item 46 and NAVSEA drawing 5486638 Detail 31-C, except as amplified or modified herein.; 3.2 Testing for all Critical Implodable Volumes must include submergence pressure test to ;134 psig; for 10 cycles: - Ten (10) minutes at test pressure for cycles 1-9 - One (1) hour at test pressure for cycle 10 The test must be conducted in 35 degrees Fahrenheit seawater if practical. Leakage or visible signs of external damage must be cause for test failure. Pressure and temperature testing equipment used to perform this test must be calibrated. Pressure Gauges used for this testing must conform to the following: 3.2.1 Selecting Master Hydrostatic Test Gages. When selecting a hydrostatic test gage, the test gage range should be greater than the test pressure but should not be more than twice that of the maximum test pressure except for test pressures below 60 psi as indicated on the "Master Gage Selection for Hydro". See Reference Number CSD012 of the Contract Support Library page of the Electronic Contractor Data Submission (ECDS) system at https://register.nslc.navy.mil/ 3.2.2 Master hydrostatic test gages and backup gages must have an accuracy of at least +1.0 percent of gage span. In addition, master hydrostatic test gages must have graduations equal to or smaller than those shown in Table 504-6-1. Backup gages may be installed with dial sizes of 4 1/2 inches or larger. 3.2.3 ;While the 10 cycle implodable volume test is preferred, the navigation light may be hydrostatically tested at 1500 psig for one hour in accordance with note 31.b of drawing 5486639, MIL-DTL-24560 and MIL-DTL-24560/13 for a Type II light assembly as an alternative. The hydrostatic test record will satisfy the contract data item for DI-MISC-80678 (SOC CRITICAL VOLUME TESTING); 3.3 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.4 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.4.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.4.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.4.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.5 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. 3.6 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.6.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.6.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.6.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.8 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.8.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.8.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.8.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.8.4 This contract provides for the performance of Government Quality Assurance at source. 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 Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.8.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.9 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.9.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.9.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.10 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.11 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.11.1 Visual examination upon receipt to detect damage during transit. 3.11.2 Inspection for completeness and proper type. 3.11.3 Verification of material quality received. 3.11.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.11.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.11.6 Identification and protection from improper use or disposition. 3.11.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.11.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.11.9 Material returned to the contractor must be handled as GFM. 3.12 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.12.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.13 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.13.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.13.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.14 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.14.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.14.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.14.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.15 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.15.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.16 See CDRL DI-MISC-80678 (SOC CRITICAL VOLUME TESTING) - The Critical Volume Test Record (Implodable/Explodable), as a minimum, must include the following information: a. Name(s), model number(s), and serial number(s) of component(s) tested. b. Date of test. c. Serial number(s) of gage(s) used for the test. d. Last calibration date of the pressure gage(s) used in the test. e. Next calibration due date of the pressure gage(s) used in the test. f. Test medium temperature required and actual test medium temperature used. g. Pressure range and accuracy of gage(s) used. h. Test pressure for each pressure cycle. i. Required and actual duration of each pressure cycle. j. Results of the test (i.e., SAT or UNSAT) per the above criteria. k. Printed name(s) and signature(s), or Identification Number(s) and signature(s) of test conductor(s)/inspector(s), and the date of each signature. 3.17 See CDRL DI-MISC-80678 (Special Emphasis C of C) The certificate of c compliance must show traceability to the marking applied on each individual item and must contain the following information. 1. Contractors name, address, phone number and date. 2. The NAVSUP contract/purchase order number (i.e. N00104-11-P-FA12) 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants sealants, anti-seize, and/or thread locking compounds. (N/A wh when Not Applicable).5. Cure date (N/A when Not Applicable). 5. Cure date (N/A when Not Applicable). 6. Manufacturers compound number (N/A when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding preformed on this Contract. (N/A when Not Applicable). 8. When pressure testing is required (e.g. hydrostatic, external tightness, seat tightness), the following information must be included on the C of C for each pressure test preformed: a. Name and serial number(s) of component(s) tested. b. Date of test. When multiple components are being tested, the date of the testing recorded on the C of C should be the date when the final component was tested for the lot. c. The required test pressure with tolerances, required number of cycles and required test duration and record the actual test pressures, actual cycles and actual durations accomplished during testing (e.g. Cycle 1 - 3 X 100 +/-5 psig for 5 minutes). d. The required test medium and required allowable leakage (when applicable) and record the actual test medium used and actual leakage experienced during testing (as applicable). e. A Test Acceptance Signature by Contractor's authorized individual must sign at the completion of all testing attesting that the person(s) who actually preformed or witnessed the tests verified that all associated test perameters were met, indicate acceptance of all recorded test data and certifying the satisfactory completion of the required test(s). NOTE: the contractors internal actual test records must list each component o or lot of components tested together identified by component serial number(s) and must note acceptability by the initials or identification number of the person reforming or witnessing the test and the date the test was performed. These test records must be maintained by the contractor for a minimum of seven years or as noted by the contract or contractually invoked documents. 9. A statement that any additional Hull, Mechanical and Electrical (HM&E) testing required, identified by name of test and that it was performed satisfactorily. If no additional HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A.". 10. A statement to the effect that all items furnished on this contract are in full compliance with this procurement document including any invoked specification and drawings. 11. Contractors authorized personnels printed name, signature and date. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and 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. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and 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 copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and 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 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and 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 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, ...

Deadline: 3/16/2026
Posted: 9/5/2025
SolicitationNAICS: 334514.0

FLANGE,PIPE

CONTACT INFORMATION|4|N743.22|WVP|771-229-0561|LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material|N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A|N/ A|See DD FORM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| This amendment is being issued to extend the solicitation closing date. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DX" rated order; "DX" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government?s beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 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 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=1385861 |80064| H|DW |D|0001 | H|49998|0251098 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-C-24679 | | | |880506|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The 3 inch, 700 PSI Flange must be in accordance with Buships drawing 810-1385861, Type G, except as amplified or modified herein.; 3.2 ;The spotface diameter to be used on flanges is 1 1/4 inches. The spotfacing must not be cut more than 1/32 inch below the minimum flange thickness. Spotfacing which cuts into the hub of the flange is acceptable.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Flange; Material - ;MIL-C-24679, Alloy C71500; 3.4 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. Test - Dye Penetrant Inspection Item - ;Flange; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-C-24679 Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.6 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.8 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.8.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.9 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. 3.10 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.10.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.10.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.10.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.10.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.10.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.10.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.10.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.10.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.10.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.10.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.10.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.10.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.11 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.11.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.12 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.13 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.13.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.13.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.13.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.13.4 This contract provides for the performance of Government Quality Assurance at source. 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 Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.13.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.14 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.14.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.14.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.15 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.15.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.15.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.15.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.15.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.15.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.16 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.16.1 Visual examination upon receipt to detect damage during transit. 3.16.2 Inspection for completeness and proper type. 3.16.3 Verification of material quality received. 3.16.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.16.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.16.6 Identification and protection from improper use or disposition. 3.16.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.16.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.16.9 Material returned to the contractor must be handled as GFM. 3.17 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.17.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.18 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.18.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.18.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.18.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;; 3.19 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.19.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.19.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.19.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.19.4 ELECTRONIC SIGNATURES. 3.19.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.19.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.19.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.19.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identif...

Deadline: 3/16/2026
Posted: 10/7/2025
SolicitationNAICS: 332919.0

FLANGE,PIPE

CONTACT INFORMATION|4|N743.22|WVP|771-229-0561|LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material|N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A|N/ A|See DD FORM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DX" rated order; "DX" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government?s beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 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 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=1385861 |80064| H|DW |D|0001 | H|49998|0251098 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-C-24679 | | | |880506|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The 3 inch, 700 PSI Flange must be in accordance with Buships drawing 810-1385861, Type G, except as amplified or modified herein.; 3.2 ;The spotface diameter to be used on flanges is 1 1/4 inches. The spotfacing must not be cut more than 1/32 inch below the minimum flange thickness. Spotfacing which cuts into the hub of the flange is acceptable.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Flange; Material - ;MIL-C-24679, Alloy C71500; 3.4 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. Test - Dye Penetrant Inspection Item - ;Flange; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-C-24679 Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.6 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.8 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.8.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.9 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. 3.10 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.10.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.10.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.10.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.10.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.10.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.10.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.10.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.10.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.10.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.10.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.10.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.10.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.11 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.11.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.12 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.13 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.13.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.13.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.13.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.13.4 This contract provides for the performance of Government Quality Assurance at source. 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 Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.13.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.14 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.14.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.14.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.15 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.15.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.15.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.15.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.15.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.15.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.16 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.16.1 Visual examination upon receipt to detect damage during transit. 3.16.2 Inspection for completeness and proper type. 3.16.3 Verification of material quality received. 3.16.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.16.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.16.6 Identification and protection from improper use or disposition. 3.16.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.16.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.16.9 Material returned to the contractor must be handled as GFM. 3.17 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.17.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.18 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.18.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.18.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.18.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;; 3.19 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.19.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.19.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.19.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.19.4 ELECTRONIC SIGNATURES. 3.19.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.19.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.19.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.19.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identify the person making the change, and must clearly reflect that the docume...

Deadline: 3/16/2026
Posted: 10/7/2025
SolicitationNAICS: 332919.0

NORTHERN ROCKIES STEWARDSHIP BPA

***This solicitation will remain open to receipt of proposals at any time. Proposals are requested to be submitted by April 20, 2023 for potential projects in the 2023 field season. Proposals received after this date will be evaluated at the convenience of the Forest Service*** Description The Northern Rockies Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Northern Rockies stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Stewardship Restoration project areas in Idaho, Montana, North Dakota, and South Dakota. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Idaho Panhandle, Nez Perce-Clearwater, Beaverhead-Deerlodge, Bitterroot, Custer-Gallatin, Flathead, Helena- Lewis and Clark, Kootenai, and Lolo National Forests and the Dakota Prairie Grasslands. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at https://www.aptac-us.org/contracting-assistance/ in order to assist with both SAM registration and in proposal submission. Points of contact for this solicitation are: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Questions must be submitted in writing and emailed to Matt Daigle. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov.

Deadline: 3/16/2026
Posted: 3/16/2023
SolicitationNAICS: 115310.0

NORTHERN ROCKIES STEWARDSHIP BPA

***Amendment 001: This amendment incorporates two FAR class deviations to ensure compliance with Executive Orders 14148, 14173, 14168, and 14208, issued since January 20, 2025. It also removes AGAR clauses and provisions that have been rescinded.*** ***This solicitation will remain open to receipt of proposals at any time. Proposals are requested to be submitted by April 20, 2023 for potential projects in the 2023 field season. Proposals received after this date will be evaluated at the convenience of the Forest Service*** Description The Northern Rockies Stewardship BPA shall be awarded under the following authority: Stewardship Authority: Section 604 (16 USC 6591c) of Public Law 108-148 as amended by Section 8205 of Public Law 113-79, the Agricultural Act of 2014—Grants the U.S. Forest Service (Government) permanent authority to enter into stewardship contracts or agreements to achieve land management goals for the National Forests or public lands that meet local and rural community needs. Section 8205 supersedes the temporary authority granted to the Forest Service (Government) in section 347 of Public Law 105-277, the Omnibus Consolidated and Emergency Appropriations Act, 1999. Stewardship authorities permit the Government to solicit this requirement as Full and Open competition. PROJECT DESCRIPTION: The USDA Forest Service Stewardship and Disaster Recovery Branch is advertising the Northern Rockies stewardship BPA. This BPA will issue future calls for individual Hazardous Fuels and Stewardship Restoration project areas in Idaho, Montana, North Dakota, and South Dakota. The scope covers Federal and Non-Federal lands within 150 miles of and including the administrative boundaries of the Idaho Panhandle, Nez Perce-Clearwater, Beaverhead-Deerlodge, Bitterroot, Custer-Gallatin, Flathead, Helena- Lewis and Clark, Kootenai, and Lolo National Forests and the Dakota Prairie Grasslands. Work may be accomplished on Non-Federal lands, but the BPA call will be issued and administered by a government entity. Multiple awards will be made for this BPA on an individual National Forest basis once the Forest Service has evaluated the technical proposals and pricing submitted in response to the solicitation. Examples of the types of Hazardous Fuels and Restoration work that may be included are cutting and removal of sawtimber, non-sawtimber, and/or biomass; mastication, hand cutting and piling; and road maintenance. The period of performance of the awarded Blanket Purchase Agreements is 10 years from date of contract with option to extend up to 20 years. This BPA will be the primary means in which future Call Orders issued include: (1) Integrated Resource Service Contract (IRSC) with required timber product removal; (2) IRSCs that includes the option for Timber Subject to Agreement products to be removed when there is no required timber product removal; and (3) Restoration-based Service contract in which no timber product removal is included. Future Call Orders for specific projects will be emailed to only the Contractors awarded under this BPA. As such, it is imperative that all interested individuals have an email account, and that all firms must be actively registered in the System for Award Management (SAM.gov) to be eligible for award under this solicitation. If not actively registered, the Forest Service will be unable to make a BPA award; thereby, effectively excluding an otherwise successful offeror from receiving a Call Order solicitation. Registration in SAM is a free service. Procurement Technical Assistance Center (PTAC) offers resources that are available free of charge at https://www.aptac-us.org/contracting-assistance/ in order to assist with both SAM registration and in proposal submission. Points of contact for this solicitation are: Matt Daigle, Acquisition Program Support Officer, National Stewardship Contracting Branch, matthew.daigle@usda.gov Questions must be submitted in writing and emailed to Matt Daigle. The Contracting Officer for this BPA is Mark T. Phillipp, National Stewardship Contracting Branch, and can be reached at mark.phillipp@usda.gov.

Deadline: 3/16/2026
Posted: 3/24/2025
SolicitationNAICS: 115310.0

BALL JOINT

CONTACT INFORMATION|4|N743.49|WVG|7176052147|benjamin.t.spangler.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A |N/A|SEE DD FORM 1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL BENJAMIN.T.SPANGLER.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|333613|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| This amendment is issued to extend the closing date. \ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. Weld procedure and qual data 120 days adc Approval of weld procedures and qual data 60 days after receipt PRODUCTION RADIOGRAPHY (PR) 135 DAYS AFTER APPROVAL OF RSS APPROVAL OF PR 30 DAYS AFTER RECEIPT PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 5. Any contract awarded as a result of this solicitation will be "DX" rated order; "DX" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 6. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 7. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government?s beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 8. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). 9. 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. \ 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 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: ;830-6404016 - CONFIDENTIAL; 2.3 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.3.1 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. 2.3.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.3.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0001 | A|49998|0032647 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0001.A | A|49998|0041250 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0002 | A|49998|0018549 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0003 | A|49998|0020330 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0004 | A|49998|0034988 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0004.A | A|49998|0014187 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0005 | A|49998|0053007 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0006 | A|49998|0042477 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0007 | A|49998|0036752 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0008 | A|49998|0052601 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0009 | A|49998|0038926 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0010 | A|49998|0038916 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0011 | A|49998|0049740 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0012 | A|49998|0032950 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0013 | A|49998|0027549 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0014 | A|49998|0044189 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0015 | A|49998|0005209 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0016 | A|49998|0011895 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0017 | A|49998|0008180 DRAWING DATA=ERB553-1003-MF03450 |96169| A| |D|0018 | A|49998|0018601 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0001 | A|49998|0056831 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0002 | A|49998|0036178 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0003 | A|49998|0067084 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0004 | A|49998|0020551 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0005 | A|49998|0041619 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0006 | A|49998|0036523 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0007 | A|49998|0039219 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0008 | A|49998|0037181 DRAWING DATA=ERB553-2200-MF00140 |96169| A| |D|0009 | A|49998|0017405 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0001 | A|49998|0050954 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0002 | A|49998|0026818 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0003 | A|49998|0070451 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0004 | A|49998|0037409 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0005 | A|49998|0024070 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0006 | A|49998|0027789 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0007 | A|49998|0055237 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0008 | A|49998|0040651 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0009 | A|49998|0041691 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0010 | A|49998|0039731 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0011 | A|49998|0039657 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0012 | A|49998|0033413 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0013 | A|49998|0007370 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0014 | A|49998|0019031 DRAWING DATA=ERB553-2200-MF00181 |96169| A| |D|0015 | A|49998|0014926 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0001 | A|49998|0033997 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0001.A | A|49998|0045157 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0002 | A|49998|0021918 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0003 | A|49998|0023584 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0004 | A|49998|0020593 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0005 | A|49998|0045293 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0006 | A|49998|0042351 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0007 | A|49998|0035542 DRAWING DATA=ERB553-2200-MF01530 |96169| A| |D|0008 | A|49998|0016157 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0001 | A|49998|0031704 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0001.A | A|49998|0043765 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0002 | A|49998|0016566 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0003 | A|49998|0020977 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0004 | A|49998|0015831 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0004.A | A|49998|0011033 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0005 | A|49998|0069238 DRAWING DATA=ERB553-2200-MF03425 |96169| A| |D|0006 | A|49998|0015814 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0001 | A|49998|0029799 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0002 | A|49998|0030924 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0003 | A|49998|0007940 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0004 | A|49998|0015367 DRAWING DATA=ERB553-2200-3G00008 |96169| A| |D|0005 | A|49998|0013292 DRAWING DATA=1385861 |53711| H| |D|0001 | H|49998|0762439 DRAWING DATA=6404016 |53711| B| |F|0001 | B|00026|0000000 DRAWING DATA=7409397 |53711| A| |D|0000.A | A|49998|0033695 DRAWING DATA=7409397 |53711| A| |D|0001 | A|49998|0064297 DRAWING DATA=7409397 |53711| A| |D|0002 | A|49998|0030482 DRAWING DATA=7409397 |53711| A| |D|0003 | A|49998|0012305 DRAWING DATA=7409397 |53711| A| |D|0004 | A|49998|0013958 DRAWING DATA=7409397 |53711| A| |D|0005 | A|49998|0028080 DRAWING DATA=7409397 |53711| A| |D|0006.1 | A|49998|0063000 DRAWING DATA=7409397 |53711| A| |D|0006.2 | A|49998|0065929 DRAWING DATA=7409397 |53711| A| |D|0006.3 | A|49998|0063879 DRAWING DATA=7409397 |53711| A| |D|0006.4 | A|49998|0063933 DRAWING DATA=7409397 |53711| A| |D|0006.5 | A|49998|0017595 DRAWING DATA=7409397 |53711| A| |D|0006.6 | A|49998|0041814 DRAWING DATA=7409397 |53711| A| |D|0007.1 | A|49998|0033641 DRAWING DATA=7409397 |53711| A| |D|0007.2 | A|49998|0037140 DRAWING DATA=7409397 |53711| A| |D|0007.3 | A|49998|0033499 DRAWING DATA=7409397 |53711| A| |D|0007.4 | A|49998|0035238 DRAWING DATA=7409397 |53711| A| |D|0008 | A|49998|0013266 DRAWING DATA=7409397 |53711| A| |D|0009 | A|49998|0050808 DRAWING DATA=7409397 |53711| A| |D|0010 | A|49998|0072086 DRAWING DATA=7409397 |53711| A| |D|0011 | A|49998|0155498 DRAWING DATA=7409397 |53711| A| |D|0012 | A|49998|0110719 DRAWING DATA=7409397 |53711| A| |D|0013 | A|49998|0107679 DRAWING DATA=7409397 |53711| A| |D|0014 | A|49998|0121411 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-281 | | |D |851023|A|2 | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ASTM-E1417 | | | |160615|A| | | DOCUMENT REF DATA=ASTM-E1444 | | | |160601|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ASTM-D4066 | | | |130701|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-DTL-15024 | | |G |180303|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=QPL 25027 | | |17 |000207|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=A-A-59004 | | |B |181118|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=AIA/NAS NASM 17828 | | |1 |130430|A| | | DOCUMENT REF DATA=AIA/NAS NASM 25027 | | |1 |121221|A| | | DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The ball joint must be in accordance with NAVSEA drawing 596-7409397 Assembly A along with all Engineering Reports provided, except as amplified or modified herein.; 3.2 ;NOTE: Reference to Note 47 on drawing 7409397 must be disregarded for Stud, Part Number 20.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Lower Body, Part Number 1; Retainer, Part Number 2; Ball, Part Number 5; and Flange, Part Number 6 of drawing 7409397; Material - ;QQ-N-281, Class A, Form 2, Condition Forged, High Tensile and Stress Relieved; Part - ;Stud, Continuous Thread, Part Number 20 of drawing 7409397; Material - ;MIL-DTL-1222, QQ-N-286, Hot Finished or Cold Drawn, Annealed and Age Hardened; PART - ;Self-Locking Nut, Part Number 21 of drawing 7409397; MATERIAL - QQ-N-281, class A annealed (hot finished or cold drawn) or class B cold drawn. All material must be from the same class. SELF-LOCKING ELEMENT- ASTM-D4066, Group 01, Class 1, Grade 1 3.4 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 is still required, but certifications are only required as listed below. Test - ;Visual and Dye Penetrant Inspection (final layer); Item - ;Joint Number J2031; Performance - ;T9074-AS-GIB-010/271; Acceptance - ;MIL-STD-2035; Test - ;Hydrostatic testing; Item - ;Each Assembly; Performance - ;Note 7018 of drawing 7409397; Acceptance - ;Note 7018 of drawing 7409397; Attribute - Annealing and Age Hardening Item - ;Stud, Continuous Thread, Part Number 20 of drawing 7409397; Performance - QQ-N-286 Test - ;Liquid Penetrant Inspection; Item - ;Stud, Continuous Thread, Part Number 20 of drawing 7409397; Performance - T9074-AS-GIB-010/271; Sampling must be per MIL-DTL-1222 Acceptance - MIL-DTL-1222 Test - ;Dye Penetrant Inspection for Non-Magnetic Grades; Item - ;Self-Locking Nut, Part Number 21 of drawing 7409397; Performance - T9074-AS-GIB-010/271 or ASTM-E1417/ASTM-E1444 (Method C solvent removal techniques must not be used on thread) Acceptance - ;NASM25027; Test - Quality Conformance Tests Item - Self-Locking Nuts Performance - ;NASM25027; Acceptance - ;NASM25027; Attribute - Certificate of Completion Item - Self-Locking Nut Nonmetallic Insert Performance - ;ASTM-D4066, Group 01, Class 1, Grade 1; Attribute - Certificate of Compliance Item - Self-Locking Nuts Performance - This Certificate must state that self-locking nuts were manufactured by an approved source. Approved sources are those listed on QPL-25027 for the appropriate fastener. This QPL may also be considered as approved sources for Heavy Hex self-locking nuts. Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Test - Non-Destructive Tests Item - ;Weld Repair (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 Radiography is required on ;Joint Number J2031 and must be identified to the weld joint; . 3.6 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.7 Confidential Hydrostatic Test Pressures - When test pressures are confidential, certification must reference ;830-6404016, Rev B; and the item number to which the item was tested in lieu of the actual pressures. Any drawing requirement to mark the working pressure on the item does not apply and is strictly prohibited. 3.8 Chemours Company (formerly DuPont) Teflon Coating 850G-204 and 852G-201. Use of Chemours Company (formerly DuPont) Teflon Coating 851N-204 and 852N-201 is acceptable until exhausted - Teflon coating of ball(s) must be in accordance with general note ;7002 and 7003; of drawing ;7409397; . 3.8.1 Naval Ordnance Systems Command OD 10362 First Revision dated 15 Aug 1961 is provided by Contract Support Library Reference Number CSD018 in ECDS at https://register.nslc.navy.mil/ 3.8.2 CSD099 provides guidance for acceptance/rejection of teflon-coated valve balls after valve assembly production testing. 3.9 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.10 ;Surface waviness must be verified prior to Teflon coating.; 3.11 K-MONEL Fasteners - Material must be heat treated per QQ-N-286. 3.11.1 Fasteners that have been hot or cold headed or roll threaded must be solution annealed followed by age hardening subsequent to all heading and thread rolling operations. The mechanical properties on certifications must be actual properties of the annealed and age hardened material and must meet the requirements of QQ-N-286. 3.11.2 QQ-N-286 fasteners that have been headed and/or roll threaded must not beage hardened unless the material has been solution annealed subsequent to the heading and threading operations. Threads formed after the final age hardening heat treatment must be cut or ground only. 3.12 K-MONEL Fasteners - K-MONEL externally threaded fasteners must have mechanical properties determined in accordance with MIL-DTL-1222. Test results must include Tensile, Yield, Elongation and Hardness as required by MIL-DTL-1222. (The Hardness tests must be performed on a full size fastener.) 3.12.1 Studs require an Axial Tensile test in accordance with MIL-DTL-1222. 3.12.2 Headed fasteners require a Wedge Tensile test as specified elsewhere in this contract/purchase order. 3.13 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.14 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.14.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.14.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.14.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.15 Thread Lubricant - Thread lubricants containing molybdenum disulfide must not be used on this material. Bacteria in water, especially seawater, causes molybdenum disulfide to break down. The by-products of the breakdown form compounds which attack the fasteners. Anti-galling compound A-A-59004 must be used as a replacement when thread lubricant is required for assembly. 3.16 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.17 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.18 Thread Forming - The following provides the official interpretation of paragraph 4.5.2.7 of MIL-DTL-1222. 3.18.1 In order to qualify for "Alternate Mechanical Testing" found in MIL-DTL-1222J paragraph 4.5.2.7 and utilize the mechanical properties for the starting bar stock in lieu of performing yield strength or proof stress testing on finished fasteners, all of the subsequent provisions found in MIL-DTL-1222J paragraphs 4.5.2.7 a through e must be met. If any single provision is not met, all required mechanical testing must be performed on the finished full sized fasteners. These provisions are explained as follows: a. Proper product lot control and traceability must be in place. b. No heat treatment (including hot heading and hot forming), cold forming, drawing, rolling and thread rolling may be performed on the starting bar, fastener blanks or finished fasteners after the completion of the mechanical testing on the starting bar. c. and d. The proper size starting bar must be selected to ensure mechanical properties of finished fasteners are represented by the mechanical properties of the starting bar. e. The mandatory testing, axial tensile (studs) and wedge tensile (screws and bolts) must be performed on full sized fasteners. Note that there is a typographical error in paragraph 4.5.2.7 and that the axial load test is a mandatory test that must be performed on studs as required in paragraph 4.5.2.7.e. 3.18.2 Thread rolling is a cold working process and is not considered to be a machining or grinding operation. Therefore, fasteners which have rolled threads do not satisfy the provisions of MIL-DTL-1222J paragraph 4.5.2.7.b and are not eligible for the "Alternate Mechanical Testing" provision. 3.18.3 Thread rolling alone is not a sufficient cold working process to qualify a fastener to be in the cold worked (CW) condition. This condition is only applicable to some 300 series stainless steel studs, screws and nuts. These CW condition fasteners must be manufactured from cold worked bar stock or be cold headed in order to qualify. The threads may subsequently be rolled, machined or ground. Testing of the finished fasteners and/or reporting of the starting bar stock material properties is subject to the same provisions found in MIL-DTL-1222J paragraph 4.5.2.7 and discussed above. 3.19 Specification Change - For QQ-N-281, Class B material: 1 - Footnote 9 to Table II of QQ-N-281 does not apply. 2 - When starting material is Round Bar greater than 3" dia, the mechanical properties of Hex Bar apply. 3.20 Component Identification Description (CID) - When applicable drawing(s) and/or specification(s) specify that a nameplate or identification plate is required, the CID number ( ;CID 990997177; ) must be added. When no plate is specified, an identification plate in accordance with MIL-DTL-15024, Type "C" on brass or Type "H" on aluminum must be securely attached to each assembly showing the above CID number. No assembly must be shipped without the CID number attached. 3.21 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing, personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Repair welding is not permitted on ;QQ-N-286; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.22 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.23 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.23.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.23.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.23.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.24 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. 3.25 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.25.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception ...

Deadline: 3/17/2026
Posted: 9/5/2025
SolicitationNAICS: 333613.0

PISTON,LINEAR ACTUA

CONTACT INFORMATION|4|N743.45| WVE|7176053229|CHRISTIAN.M.VALDEZ4.CIV@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1| See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material|N50286|TBD|136|N/A|N/A|N39040 - Certifications|N/A|N/A|S EE DD FORM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL CHRISTIAN.M.VALDEZ4.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|333613|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment have been release to extend closing date. This amendmend is issue to extend the closing date. This amendment is issued to extend the closing date. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DO" rated order; "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government?s beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 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 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=4457086 |80064|AJ| |D|0001 |AJ|49998|0105352 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B150 | | | |190401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The complete Piston must be in accordance with NAVSHIPS drawing 4457086, part number 2, except as amplified or modified herein.; 3.1.1 ;Notes: 1. The dimension of the outside diameter must be 12.369 +.010 -.010 in lieu of 12.244 +.001 -.001. 2. The quad ring groove as shown in detail 7-A must be machined at installation.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Piston; Material - ;ASTM-B150, Alloy C63000, Temper O20, O25 or O30; 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 is still required, but certifications are only required as listed below. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.5 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.5.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.5.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.5.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.6 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.7.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 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 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.10 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.11 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds. 3.11.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.11.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.11.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010, S9074-AR-GIB-010A/278,248d the contract. 3.11.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.11.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.11.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.11.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.11.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.11.9 When production or repair welding is required on titanium materials, theapplicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.11.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.11.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified that each LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.11.12 When production welds or repair welds are performed by a subcontractor, the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.12 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.12.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.12.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.12.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.12.4 This contract provides for the performance of Government Quality Assurance at source. 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 Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.12.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.13 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.13.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.13.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.14 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.14.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.14.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.14.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.14.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.14.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.15 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.15.1 Visual examination upon receipt to detect damage during transit. 3.15.2 Inspection for completeness and proper type. 3.15.3 Verification of material quality received. 3.15.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.15.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.15.6 Identification and protection from improper use or disposition. 3.15.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.15.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.15.9 Material returned to the contractor must be handled as GFM. 3.16 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.16.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.17 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.17.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.17.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.17.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.18 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.18.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.18.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. TRACEABILITY MARKING ________________________________________________ (marking on finished item) IS FABRICATED FROM RAW MATERIAL IDENTIFIED TO HEAT/LOT NUMBER ______________ AND HEAT TREAT NUMBER ____________________ (when applicable) _________________________________________ DATE _____________________ (name and signature of auth. co. rep.) 3.18.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.18.4 Statements on material certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.18.5 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.19 Material Handling - The written material control process must include the following: 3.19.1 All raw materials must have traceability markings (except as specified below). 3.19.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.19.3 When traceability markings will be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be im...

Deadline: 3/17/2026
Posted: 10/17/2025
SolicitationNAICS: 333613.0

PARTS KIT,BALL VALV

CONTACT INFORMATION|4|N743.49|WVT|7176052147|benjamin.t.spangler.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A |N/A|SEE DD FORM 1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL BENJAMIN.T.SPANGLER.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| 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|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| This amendment is issued to update the QTY from 44 to 52 KT. \ This amendment is issued to extend the closing date. \ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 72 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DX" rated order; "DX" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. This is a Level 1 Repair. 7. Please submit: FIRM FIXED PRICE (FFP). This includes the teardown, evaluation, inspection and full repair of the item to "like new" or "A" condition. See statement of work in solicitation. Please also provide an approximate cost of new item if available. 8. A beyond repair (BR)/ beyond economic repair (BER) price shall also beprovided in addition to the repair price at time submission of quote. 9. Do NOT include the cost for shipping material as the government implemented shipping system or ATAC will be shipping/delivering material. 10. This contract utilizes Commercial Asset Visibility (CAV). See clause NAVSUPWSSFA25 for further details. 11. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 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 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=EB-2000 |96169| C|SP |D|0001 | C|49998|0484385 DRAWING DATA=4384678 |80064| C| |D|0001 | C|49998|1136401 DRAWING DATA=4384678C03 |53711| C|DN |D|0001 | C|49998|0035403 DRAWING DATA=4384678C04 |53711| C|DN |D|0001 | C|49998|0040252 DRAWING DATA=4385049 |53711| D| |D|0001 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0002 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0003 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0004 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0005 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0006 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0007 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0008 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0009 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0010 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0011 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0012 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0013 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0014 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0015 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0016 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0017 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0018 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0019 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0020 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0021 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0022 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0023 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0024 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0025 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0026 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0027 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0028 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0029 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0030 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0031 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0032 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0033 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0034 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0035 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0036 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0037 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0038 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0039 | D|00026|0000000 DRAWING DATA=4385049 |53711| D| |D|0040 | D|00026|0000000 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=ASTM-B367 | | | |220401|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=SAE AMS 6931 | | |D |171201|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 REFURBISHED MATERIAL STATEMENT OF WORK (REPAIR SOW) - 3.1.1 INSPECTION - Clean and determine if refurbishment is possible. At disassembly, the Contractor must record all identifying markings found on the parts of each assembly. The Contractor must maintain traceability of these markings to each unit throughout refurbishment. 3.1.2 IDENTIFYING MARKINGS - Part must have a MIC (Material Identification a and Control) code, heat/heat lot code, or unique Contractor traceability number/code that is visible on the part. See Material Traceability in paragraph 3 (Quality Assurance Provisions) of this contract for traceability requirements. The MIC code can consist of a 2, 3, or 4 letter material identifier, 4 or 5 digit Julian date, 3 digit lot serial number, and Certifying Activity Designator (CAD) which will be 1 or 2 letters; the 4 parts are normally separated by hyphens; examples: TIA-3089-30-QQ and ST-06262-506-A. 3.1.3 RE-USEABLE PARTS - - Any parts of the original assembly that are useable (replacement is not necessary), that are properly marked as identified above, and that have material certifications available may be utilized as initially supplied. Certifications are not required to be resubmitted by the contractor. - Any parts of the original assembly that are useable (replacement is not necessary), are properly marked as identified above, but material certifications are not available at the contractor's facility, a waiver must be submitted in accordance with Waiver/Deviation (Configuration Control) requirements specified elsewhere in the Contract. 3.1.4 NON-USEABLE PARTS - -Any parts of the original assembly that are not properly marked as identified above must be replaced and the required certifications must be submitted. - Any parts of the original assembly that are not usable (replacement is necessary) must be replaced and the required certifications must be submitted. 3.1.5 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Naval Ship Systems Command Drawing 803-4385049 consisting of one Ball, Piece 2, (Ball must be Alumina-Titania/PTFE coated in lieu of Teflon Coating) and two mating Seats, Piece 3; , except as amplified or modified herein. This applies to all "Parts Requiring Certification" as identified elsewhere in this Contract/Purchase Order. 3.1.6 ADDITIONAL SOW REQUIREMENTS - ;Balls which are not usable must be dispositioned and new balls are not to be manufactured under this contract.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Ball, Piece 2; Material - SAE-AMS-6931 OR Centrifugally cast 6AL-4V, ASTM-B367, Grade C-5, with mechanical properties as listed in supplementary Requirement S6. Note: Mechanical properties for bars, forgings and forging stock over 10" must be as specified in the applicable drawing. If the mechanical properties are not provided in the drawing, the mechanical properties specified in SAE-AMS-6931 Table 2 for material 6" to 10", must be applied. Part - ;Seats (Q3), Piece 3; Material - MC903 (Type 6 cast nylon produced with polyepsilon caprolactam by the direct polymerization process) as manufactured by the Polymer Corporation or equal in accordance with Electric Boat Division Specification 2000. (Properties Specified Below Only) Item Property Test Method Value (A) Melting Point ASTM E794 or ASTM D3418 221 deg C +/- 9 (B) Relative Viscosity ASTM D789 (Notes 1 and 4) 2000 Minimum (C) Specific Gravity ASTM D792 1.15-1.17 at 23 deg C (D) Dimensional Change Notes 2 & 4 0.2% Maximum (E) Tensile Impact ASTM D1822 Type S 80 ft-lbs/in?2 Specimen (Notes 5 & 6) Minimum (Note 3) (F) Tensile Yield Stress ASTM D638 (Note 6) 9000 psi Min. (Note 3) (G) Compressive Strength^ ASTM D695 (Note 6) 9000 psi Min. (Note 3) ^(at 1 percent Offset) (H) Water Absorption 24 hour ASTM D570 1.3 percent Maximum Saturation ASTM D570 7.0 percent Maximum (I) Rockwell "M" Hardness ASTM D785 75 Minimum Note 1: The test specimen must be finely ground particulates. After immersion the material must be checked daily for dissolution and must dissolve no longer than one hundred twenty (120) hours from the start of immersion. Within twenty-four (24) hours of the test specimen determined to be fully dissolved, it must be tested for viscosity. Note 2: Dimensional stability testing must be performed in accordance with the dimensional stability method per ASTM D5989 or equivalent. The percent change in each dimension, outside diameter, inside diameter and thickness must not be greater than the value specified. Note 3: These values are minimum averages. Separate specimens results may vary by 25%. Note 4: Any change to an already established heat or annealing cycle to achieve both relative viscosity and/or dimensional stability must be presented to the procuring activity for approval along with justification for the change. Note 5: Tensile-impact test specimens are to be type S in accordance with ASTM D1822, or round cylindrical specimens in accordance with MIL-DTL-32286, Paragraph 3.8 Note 6: Prior to test, the specimens must be dried in accordance with Federal Specification L-P- 410A, Paragraph 4.4.5. 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. Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.4 ;Balls which require reworking beyond the limitation specified herein are to be dispositioned as noted elsewhere in the contract.; 3.5 ;Defects in the Ball Stem Slot are acceptable if backlash between the Ball and Stem does not exceed 5 degrees and defects do not exceed 0.050" in depth or cover more than 40% of the surface area.; 3.6 ;Seats are to be manufactured and must meet the drawing stack height requirements when mated with the refurbished ball.; 3.7 Seat Stack Height Measurement - To ensure that each seat is within tolerance, check each seat singularly by measuring the seat height over the ball. This measurement is calculated by adding one-half ball diameter to the half stack height dimension on the drawing. Limits are determined by the ball diameter tolerance and the half stack height tolerance. Check dimensions by measuring from the seat back face to top of ball. Manufacturers of seats that do not have a ball of the required size available will be required to manufacture a dummy ball or segment of a ball with sufficient spherical surface to check the above dimension. 3.8 A visual inspection shall be performed on the finished seat with acceptance criteria on critical surfaces per CSD167 in the ECDS (Electronic Contractor Data Submission) system at: https://register.nslc.navy.mil/. 3.9 Alumina-Titania/PTFE coating of Ball(s) must be in accordance with A & A Company Specification Navy016 Rev L. Each Ball manufactured/repaired under this Order must be tagged with a durable non-metallic tag with thefollowing statement: "Ball coated with Alumina-Titania/PTFE coating per A & ACompany, South Plainfield New Jersey, proprietary procedure NAVY016 Rev L. This coating was approved by NAVSEA and these Balls are an approved replacement for the Ball, piece ;2; , of Naval Ship Systems Command Drawing ;803-4385049; ." 3.10 Ball Spherical Surface Waviness - Unless otherwise specified on drawing, all sealing area surfaces must have a spherical surface waviness which does not exceed 0.0005 inches of height per inch of spherical surface. Roughness and waviness ratings must apply in a direction which yields the maximum rating, normally perpendicular to the lay. 3.11 ;Surface waviness must be verified after Grinding/Finishing of Alumina-Titania coating and before PTFE application. Surface finish of the Alumina-Titania coating, prior to PTFE application must be 32 microinches.; 3.12 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.13 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.14 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.14.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.14.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.14.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.15 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. 3.16 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.16.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.17 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.18 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.18.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.18.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.18.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.18.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.18.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.18.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.18.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.18.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.18.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.18.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.18.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.18.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.19 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.19.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/non-acceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.19.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.19.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.19.4 This contract provides for the performance of Government Quality Assurance at source. 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 Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.19.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.20 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.20.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.20.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.21 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly ...

Deadline: 3/17/2026
Posted: 10/17/2025
SolicitationNAICS: 332919.0
Page 1 of 14