Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2025 SAM #8465
SOLICITATION NOTICE

81 -- 81--WHEEL AND TIRE COVE

Notice Date
1/28/2025 3:15:37 AM
 
Notice Type
Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038324QC290
 
Response Due
2/5/2025 12:30:00 PM
 
Archive Date
02/20/2025
 
Point of Contact
Telephone: 2156976549
 
E-Mail Address
KATLYN.GALETTO@NAVY.MIL
(KATLYN.GALETTO@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N792.11|T2T|215-697-5409|katlyn.m.galetto.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo) Type|Source|TBD|N00383|TBD|TBD|See Schedule|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (NOV\23)|5|||||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2023))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332439|600|||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||DO-A8C | Solicitation is extended to 05 FEB 2025. This part is a commercial/nondevelopmental/off-the-shelf item. Commercial itemdescriptions, commercial vendor catalog or price lists or commercial manualsassigned a technical manual number apply. Offers submitted will be evaluated based on the following criteria: lead time, price, past performance and capacity. 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, from certified repair stations pursuant to 14 CFR Part 14. Updated AMC 2C: Suitable for competitive acquisition for the first time.This part is a commercial/nondevelopmental/off-the-shelf item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. 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 e-mail. The Government?s acceptance of the contractor?s proposal constitutes bilateral agreement to issue contractual documents as detailed herein. \ This solicitation is for made new manufacture spare parts. This is a sole source requirement. The Government physically does not have in its possession sufficient, accurate,or legible data to contract with other than the current source. These items require Government Source Approval prior to award. If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Brochure which can be obtained on the internet at h https://www.navsup.navy.mil/public/navsup/wss/business_opps/. Offers received which fail to provide all data required by the source approval brochure will not be considered for award under this solicitation. For information or questions regarding this notice, please contact KatlynGaletto at the email address: Katlyn.m.galetto.civ@us.navy.mil. NAVSUP WSS Requests proposals submitted in response to this solicitation remainvalid for a minimum of 120 days following submission. All contractual documents related to the instant procurement are considered tobe ""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. \ 1. SCOPE 1.1 PRE-AWARD / POST AWARD REQUIREMENTS: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. 1.2 When discrepancies exist between these requirements and those on current manufacturer's drawings,contact code ;BUYER ON PAGE 1; or code N241.10 1.3 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;Bill Thomas Associates (BTA); drawing number ( ;3FEB4; ) ;BTA92045; , Revision ;Latest; and all details and specifications referenced therein. 1.4 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.5 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Reference to Cadmium plating shall be deleted and the following substituted: ""Finish shall be electrodeposited alkaline Zinc-Nickel Alloy in accordance with ASTM B 841 Class 1, Type B, Grade 3."" This wheel cover is a commercial off the shelf (COTS) item. It must be purchased sole source from Bill Thomas Associates (3FEB4). As a COTS item testing requirements have been waived. In lieu of a nameplate, the wheel cover must be stenciled with the following information: Reusable Container Do Not Destroy NSN: Manufacture & Part Number: Contract Number 4. QUALITY ASSURANCE Fitst article testing has been waived for this COTS item. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d9689683735e4fabbdc957fb5546dd93/view)
 
Record
SN07325594-F 20250130/250128230109 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.