Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

48 -- 48--VALVE,BALL, IN REPAIR/MODIFICATION OF

Notice Date
5/25/2023 7:46:25 AM
 
Notice Type
Solicitation
 
NAICS
332919 — Other Metal Valve and Pipe Fitting Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010423QZB28
 
Response Due
6/9/2023 1:30:00 PM
 
Archive Date
06/24/2023
 
Point of Contact
Telephone: 7176057562
 
E-Mail Address
AMANDA.SWIGONSKI@NAVY.MIL
(AMANDA.SWIGONSKI@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N742.4|WV4|(717) 605-7562|amanda.a.swigonski.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 contract addendums CSD407 and CSD408 | INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| INSPECTION/ACCEPTANCE POINT|6||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Material - Invoice & Receiving Report (COMBO) certifications - Stand-Alone Receiving Report |N/A|TBD|N00104|TBD|Material-S4306A; Certifications-N64498|N50286|TBD|TBD|N/A|N/A|Certifications-N64498|N/A|N/A|See DD Form 1423|| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|one year from date of delivery |one year from date of delivery ||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (JAN2023))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332911|750 (# of employees)|||||||||||| 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 09 June 2023. 1. This is a limited competitive repair requirement. This part requiresengineering 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 approved source(s). The aproved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government. 2. The resultant award of this solicitation shall be issued bilaterally,requiring the Contractor's written acceptance prior to execution. 3. The following proposed delivery schedule applies: DD1423 CDRL A001 - If MRC-008 is required - 20 working days after valve disassembly and and signed by the contractor - submit in WAWF to N64498 SUBSAFE Supervising Authority (SSSA) DD1423 CDRL A002 - 5 working days following completion of all work and closed REC package - submit in WAWF Inspect by N64498 SSSA and Accept by N39040 Portsmouth Naval Shipyard DD1423 CDRL A003 - 30 working days after receipt of contract - submit in WAWF to N64498 SSSA 3 working days Certified REC close out - submit in WAWF to N64498 SSSA DD1423 CDRL A004 - 30 working days after receipt of contract - submit in WAWF to N64498 SSSA and as requested by SSSA 3 working days following completion Certified REC Log close out - submit in WAWF to N64498 SSSA DD1423 CDRL A005 - 1 working day after issuance; 1 working day of any follow on revisions; 3 working days of contractor certified TWD close out - submit in WAWF to N64498 SSSA DD1423 CDRL A006 - 24 hours upon each deficiency identified during the performance of the work - notify SSSA and submit Logs as needed in WAWF to N64498 SSSA . 3 working days following completion of work and Certified REC close out - submit in WAWF to N64498 SSSA Final delivery of material shall be on or before 331 days after the effectivedate of the resulting contract. 4. Drawings associated with this solicitation will be made available on the individual solicitation page on Contracts Opportunities on the SAM.gov website. Drawings have restricted access which needs to be approved. Once access hasbeen requested, qualified Contractor's shall email the POC listed on the solicitation to inform them of the request. 5. All transportation to/from the repair site will be paid for by the US Navy. 6. The contract shall comply with the Comercial Asset Visibility (CAV) of theasset(s) in the order in accordance with NAVSUPWSSFA24. 7. Offers shall be submitted as Firm Fixed Price for the full repair effortbased on the Repair Instruction or SOW. Firm Fixed Price offers are to include those efforts laid out in the Statement of Work. Any repair efforts required to bring the item to ""A"" condition that are above and beyond those efforts laid out in the Statement of Work may be submitted as an over and above request in accordance with DFARS 252.217-7028. Please include the following: a. RTAT: b. Throughput Constraint: c. Induction Expiration Date: A cost of new price shall also be provided in addition to the repair price. 8. Any contract/order awarded as a result of this solicitation will be a ""DO""rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating forNational Defense, Emergency Preparedness, and Energy Program Use. 9. This is a Level 1 Repair. 10. This requirement requires access to classified drawings. A facility clearance may be required in accordance with FAR 52.204-2. Repair Turnaround Time (RTAT): the resultant contractual delivery requirementis measured from asset Return to the date of asset acceptance under the termsof the contract. For purposes of this section, Return is defined as physicalreceipt 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. Requested RTAT: 331 Days Offers shall reference the proposed RTAT and any capacity constraints. \ 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: ;4456141 - 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 Documents, drawings, and publications supplied are listed under ""Drawing Number"". These items should be retained until an award is made. DRAWING DATA=PY 81374 |80064| -|LR |D|0001 | -|49998|0124250 DRAWING DATA=2285-296 |43689| L| |D|0001 | L|49998|0202149 DRAWING DATA=2285-324 |43689| E| |D|0001 | E|49998|0245696 DRAWING DATA=2445483 |80064| E| |D|0001 | E|49998|0280162 DRAWING DATA=2445483 |80064| E| |D|0002 | E|49998|0245131 DRAWING DATA=255582 |43689| M| |D|0001 | M|49998|0127790 DRAWING DATA=255584 |43689| J| |D|0001 | J|49998|0383474 DRAWING DATA=255590 |43689| G| |D|0001 | G|49998|0418515 DRAWING DATA=4384678 |80064| C| |D|0001 | C|49998|1136401 DRAWING DATA=4456141 |80064| A| |X|0001 | A|00026|0000000 3. REQUIREMENTS 3.1 ADDITIONAL STATEMENT OF WORK (SOW) REQUIREMENTS see Contract Addendum ( (CSD407) for additional SUBSAFE requirements. All requirements for oversight by the SUBSAFE Supervising Authority must be met by the contractor. 3.2 REFURBISHMENT - Upon completion of inspection, this item must be refurbished to be in accordance with ;Newport News Drawing 2285-296 Assembly RAT, less Actuator (Piece 12), Ma Maintenance Standard 5640-081-145 REV F CHG-5 (CSD198); , UIPI 0810-902, and applicable Technical Manual except as amplified or modified herein. 3.2.1 Contract Support Library - Additional requirements for this item are identified as Contract Support Library Reference Numbers within ECDS and can be accessed at https://register.nslc.navy.mil/ UIPI 0810-902 ;CSD400; Technical Manual (as applicable) ;CSD397 - NAVSEA 0924-LP-064-8010 CSD398 - NAVSEA T9081-AD-MMO-010 & -020 CSD399 - NAVSEA T9081-AE-MMO-010; 3.3 The following is a parts list of items which are required to be pre-certified as Level I, SMIC LI or SMIC Q3, if they are being replaced during refurbishment: ;Body (LI), Piece 1 of Drawing 2285-296 Tailpiece (LI), Piece 2 of Drawing 2285-296 Ball (LI), Piece 6 of Drawing 2285-296 Seat (Q3), Piece 7 of Drawing 2285-296 Stem (LI), Piece 9 of Drawing 2285-296 or Piece 166 of Drawing 2445483 Studs (LI), Piece 13 of Drawing 2285-296 Self-Locking Hex Nuts (LI), Piece 18 of Drawing 2285-296; Note: If pre-certified LI components are not available in Supply Stock and contractor acquires pre-certified Level I raw material to manufacture the replacement part, refer to Contract Addendum (CSD408) for requirements to obtain Level I certification from NSWC PD Certified CAD activity prior to install. 3.4 ;Stem, Piece 166 of Drawing 2445483 must be Type 3 in lieu of Type 1 as identified on the drawing.; 3.5 All SUBSAFE work must be performed by a NAVSEANOTE 5000 authorized Designated Overhaul Point (DOP) under Re-Entry Control (REC) and with oversight of the designated Supervising Authority, NSWC PD N64498. 3.5.1 Clean and determine if refurbishment is possible. The Contractor must maintain traceability of the markings to each unit throughout refurbishment (either the Factory Pool serial number or MIC number). 3.5.2 In addition to the work-specific technical references invoked (component drawings, Maintenance Standards, etc.), all work must be performed in accordance with the documents and procedures in accordance with Submarine Factory Pool Corporate Component Repair Program (CCRP) Uniform Industrial Process Instruction (UIPI) 0810-902 on this contract. All SUBSAFE work must be performed under REC procedures with NSWC PD Supervising Authority oversight. 3.5.3 The cognizant Contracting Authority, cognizant Supervising Authority, the In-Service Engineering Agent and DCMA Navy Special Emphasis Operations (NSEO) Quality Assurance representative reserve the right to perform in-process reviews (surveillance) of the Contractor work at any time. The Contractor must participate and cooperate with such reviews as required. 3.5.4 The most current revision levels of references listed in the UIPI, the drawings, and the Contract Delivery Order SUBSAFE Addendum will be those in effect at the time of Delivery Order awards, unless otherwise specified. If the Contractor desires to use any drawing or technical instruction of a different revision/change level outside of these guidelines, the Contractor must submit a Request for Variance/Request for Waiver to the applicable Contracting Specialist who will obtain cognizant Technical Authority concurrence. 3.6 This procurement provides for the performance of Government Quality Assurance at source by Defense Contract Management Agency, Navy Special Emphasis Organization (DCMA NSEO) representative. 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 DCMA NSEO Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned NSEO Government representative, notify the nearest DCMA Office. In the event that a local NSEO Government representative or DCMA Office cannot be located, your purchasing agent should be notified immediately. 3.6.1 All documents and reference data applicable to this contract must be available for review by the NSEO Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the NSEO Government representative. 3.7 CCRP Serial Number: The Corporate Component Repair Program (CCRP) Serial Number is a unique and permanent serial number assigned by the DOP that inducted the component into CCRP. The CCRP serial number may also be referred to as the Factory Pool (FP) number. 3.7.1 CCRP Serial Numbering Requirements: 3.7.2 A unique CCRP alphanumeric serialization system must be established and permanently maintained by each refurbishing DOP. The unique serialized number assigned to each CCRP component must be permanently scribed on the components major pressure boundary part (e.g. valve body) in addition to permanently attaching a tag, as in UIPI 0810-902 Enclosure (4). These metal label plates should normally be visually accessible shipboard from the final installation location. 3.7.3 For commercial contractors, the FP number must include 5 parts and must be used as follows: FP-C-AAAAA-YY-XXXX a. ""FP"" for identification to the Factory Pool Corporate Component Repair Program (CCRP). b. ""C"" indicates that it is a contractor restoration. c. ""AAAAA"" is the contractors Commercial and Government Entity (CAGE) Code. d. ""YY"" is the same as the two digit year identifier in the contract. e. ""XXXX"" is the unique DOP sequential number assigned by the DOP. Each commercial activity will use 0001-9999 for their refurbishments since the CAGE Code part of the FP number plus the sequential number will uniquely identify the refurbished component. 3.7.4 Refer to UIPI 0810-902 for all additional requirements for marking the CCRP Serial Number. 3.8 See CDRL DI-MISC-80678 (URO MRC) - In addition to planned refurbishment to the drawing and applicable invoked Maintenance Standards (MS), all URO MRC inspections are required to be completed and documented. All URO MRC reports must be submitted to SUBSAFE Supervising Authority, NSWC PD N64498. 3.8.1 If URO MRC-008 inspection is required, Contractor must first contact the Supervising Authority to notify when the inspection will be performed at least 72 hours prior to the inspection being performed, to provide opportunity to witness the inspection. Inspection must be documented per UIPI 0810-902 and be forwarded to SUBSAFE Supervising Authority, NSWC PD N64498, along with a Contractor's serialized cover letter for review and approval. Note: Once the SUBSAFE Supervising Authority approves the URO MRC inspection reports, a copy will be provided to SUBMEPP and Portsmouth Naval Shipyard (PNSY) Receipt Inspection Activity (RIA) to retain a copy on file. A completed copy must also be placed in the shipping container with the refurbished asset prior to shipping. 3.8.2 See CDRL DI-MISC-80678 (UIPI COC) - CCRP Certificate of Compliance (CoC) is required to meet all the requirements of the applicable C of C from UIPI 0810-902 Enclosure (5) and must be reviewed by the SUBSAFE Supervising Authority, NSWC PD N64498. Note: Following review by NSWC PD Supervising Authority, the CCRP CoC will be submitted to PNSY RIA, Code 133.2. A completed copy must be placed in the shipping container with the refurbished asset prior to shipping. 3.8.3 See CDRL DI-MISC-80678 (REC) - Completed REC package will be reviewed and accepted by the SUBSAFE Supervising Authority, NSWC PD N64498. A completed copy must be placed in the shipping container with the refurbished asset prior to shipping. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 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, scratches, gouges, pits, center-punches, scribes, and tool marks) Surface discontinuities less than 0.005-inch in depth are acceptable provided they do not violate any other design requirements specified in this Contract/Purchase Order. 6.1.10 Traceability Code - A code or number providing traceability to the actual chemical and mechanical properties of the specified heat, batch, or form from which the material originated. 6.1.11 Verification - An examination performed to determine compliance with a specific requirement. 6.1.12 Nonconformance - A nonconformance is defined as affecting or violating the following: - The requirements of this contract/purchase order. - Contractually invoked drawings (i.e. envelope dimensions, interface dimensions with mating parts/equipment, center of gravity, weights, piece part identification, material, etc.). - Contractually invoked federal, military, or commercial specifications and/or standards. - Form, fit, function, performance to contract requirements, reliability, maintainability, interchangeability, safety of personnel or equipment, or additional cost to the Government. 6.1.13 Waiver - A written authorization to accept an item, which during manufacture, or after having been submitted for Government inspection or acceptance, is found to depart from specified requirements, but nevertheless is considered suitable for use as is or after repair by an approved method. 6.1.14 Deviation - A specific written authorization (granted prior to the manufacture of an item) to depart from a particular requirement(s) of an item's current approved configuration documentation for a specific number of units or a specified period of time, and to accept an item which is found to depart from specified requirements, but nevertheless is considered suitable for use ""as is"" or after repair by an approved method. 6.1.15 Critical Waiver/Deviation - This waiver/deviation consists of a departure involving safety. 6.1.16 Major Waiver/Deviation - This waiver/deviation consists of a departure involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, or Durability of the item or its repair parts - Health or Safety - Effective Use or Operation - Weight, Stability, or Structural Integrity - System design parameters as schematics, flows, pressures or temperatures - Compartment arrangements or assigned function 6.1.17 Minor Waiver/Deviation - This waiver/deviation consists of a departure which does not involve any of the factors listed as critical or major. 6.1.18 Engineering Change (EC) - A change to the current approved configuration documentation of a configuration item at any point in the life cycle of the item. 6.1.19 Engineering Change Proposal (ECP) - A proposed Engineering Change and the documentation by which the change is described, justified, and submitted to the Government for approval or disapproval. 6.1.20 Class I ECP - A class I ECP is approved by the Government's Configuration Control Board and authorized with a contract modification. 6.1.21 Class II ECP - A class II change is typically reviewed for concurrence in classification by the local government representative, unless otherwise specified elsewhere in the contract/purchase order. 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. 6.2.1 There are 7 (seven) separate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 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. 6.4 Recent Updates - A short description of recent updates to the technical requirements of this item are listed below, along with an implementation date for each issue. The notes below are only a generic quick reference and are provided for convenience only, detailed requirements will be defined elsewhere in the technical sections of this Contract/Purchase Order. ;- Activated for use in Level and Non-Level CCRP Competitive SUBSAFE Refurbishment per ER 54572 - Jan 5 2017 - ECDS/CSD info was added to Definitions in the Notes section.; DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. DATE OF FIRST SUBMISSION=ASREQ Block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, and 10.4 of DI-MISC-80678 do not apply. DATE OF FIRST SUBMISSION=ASREQ No additional remarks are required for properly processing this DD1423 DATE OF FIRST SUBMISSION=ASREQ No additional remarks are required for properly processing this DD1423 DATE OF FIRST SUBMISSION=ASREQ No additional remarks are required for properly processing this DD1423
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d9620f757af84c068c8a2bd6133c7cca/view)
 
Record
SN06694921-F 20230527/230525230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.