SOLICITATION NOTICE
53 -- 53--RING,AFT SEAL INSER, IN REPAIR/MODIFICATION OF
- Notice Date
- 4/3/2025 1:45:21 AM
- Notice Type
- Solicitation
- NAICS
- 339991
— Gasket, Packing, and Sealing Device Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010425QYB81
- Response Due
- 5/19/2025 1:30:00 PM
- Archive Date
- 06/03/2025
- Point of Contact
- Telephone: 7176055937
- E-Mail Address
-
KAITLYN.T.MOUNTS.CIV@US.NAVY.MIL
(KAITLYN.T.MOUNTS.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N741.13|GE9|N/A|kaitlyn.t.mounts.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION/ACCEPTANCE POINT|6|TBD|TBD|TBD|TBD|TBD|TBD| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|CLIN 0001AA|2|119||||||||||||||||||||||||||| 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|TBD|SW3117|TBD|N/A|N/A|N/A|N/A|N/A|N/A||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| 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||x| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|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||x|||||||||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4|339991|600||| 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)|13|339991|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF). 2. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 3. 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 set be 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. 4. If requirement will be packaged at a location different from the Offeror's address, the Offeror shall provide the Name, Street Address and CAGE of the Packaging Facility. 5. Any contract awarded as a result of this solicitation will be DOcertified for 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 in solicitations when the contract to be awarded will be a rated order. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page under Contract Opportunities on SAM.gov website. After requesting access, send an email to the POC listed on the solicitation. 9. Please provide repair price as Estimated (EST) for the full repair effort of the requirement. 10. Vendor shall have 90days after receipt of carcass(es) to complete a teardown & evaluation (TD&E) of the carcass(es) and submit a Firm-Fixed Price (FFP) quote for the full repair effort of the carcass(es). 11. When submitting a quote, please include the cost of new (actual or estimated) for evaluation purposes. 12. Quote shall specify any exceptions including but not limited to MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus materials, etc. If no exceptions are indicated or received, award shall be based upon solicitation requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price. 13. In repair price, include all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts, wear damage, and CAV Reporting. Also provide the following information: a. Teardown & Evaluation Rate: b. Repair Turn Around Time (RTAT): c. Throughput Constraint: d. Induction Expiration Date: 14. PRICE REDUCTIONS a. Any asset for which the contractor does not meet the required RTAT will incur a price reduction of XXXX per unit. This adjustment will be implemented via a Reduction Modification at the end of contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Gobernment for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. 15. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTAT established in the resulting contract. a. Requested RTAT: 119 Days 16. Quotes shall reference the proposed RTAT and any capacity constraints. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the RING,AFT SEAL INSER . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=A27-19973 |0FW37| C| |D|0001 | C|49998|1816273 DRAWING DATA=A27-19973C01 |0FW37| A|DN |D|0001 | A|49998|0042358 DRAWING DATA=A27-19975 |71833| C| |D|0001 | C|49998|0177269 DRAWING DATA=A27-19976 |71833| C| |D|0001 | C|49998|0166719 DRAWING DATA=A27-19977 |71833| C| |D|0001 | C|49998|0196307 DRAWING DATA=EB-2937 |96169| B|SP |D|0001 | B|49998|0568465 DRAWING DATA=EB-2937 |96169| B|SP |D|0002 | B|49998|0262311 DRAWING DATA=EB-2937 |96169| B|SP |D|0003 | B|49998|0457001 DRAWING DATA=EB-2937 |96169| B|SP |D|0004 | B|49998|0494479 DRAWING DATA=EB-2937 |96169| B|SP |D|0005 | B|49998|0557624 DRAWING DATA=EB-2937 |96169| B|SP |D|0006 | B|49998|0572669 DRAWING DATA=EB-2937 |96169| B|SP |D|0007 | B|49998|0588302 DRAWING DATA=EB-2937 |96169| B|SP |D|0008 | B|49998|0487356 DRAWING DATA=EB-2937 |96169| B|SP |D|0009 | B|49998|0641401 DRAWING DATA=EB-2937 |96169| B|SP |D|0010 | B|49998|0609048 DRAWING DATA=EB-2937 |96169| B|SP |D|0011 | B|49998|0332061 DRAWING DATA=SWPY-3530 |53711| -|LR |D|0001 | -|49998|3868319 DRAWING DATA=6758311 |53711| C| |D|0001 | C|49998|1689128 DRAWING DATA=6758311 |53711| C| |D|0001.A | C|49998|3494973 DRAWING DATA=6758311 |53711| C| |D|0002 | C|49998|3176517 DRAWING DATA=6758311 |53711| C| |D|0003 | C|49998|4136043 DRAWING DATA=6758311 |53711| C| |D|0003.1 | C|49998|2218373 DRAWING DATA=6758311 |53711| C| |D|0004 | C|49998|3141250 DRAWING DATA=6758311 |53711| C| |D|0004.1 | C|49998|3068838 DRAWING DATA=6758311 |53711| C| |D|0004.2 | C|49998|3043118 DRAWING DATA=6758311 |53711| C| |D|0004.3 | C|49998|1250588 DRAWING DATA=6758311 |53711| C| |D|0005 | B|49998|1722372 DRAWING DATA=6758311 |53711| C| |D|0006 | C|49998|1298885 DRAWING DATA=6758311 |53711| C| |D|0007 | C|49998|2575370 DRAWING DATA=6758311 |53711| C| |D|0008 | A|49998|1435028 DRAWING DATA=6758311 |53711| C| |D|0009 | C|49998|1856997 DRAWING DATA=6758311 |53711| C| |D|0010 | C|49998|1417895 DRAWING DATA=6758311 |53711| C| |D|0011 | B|49998|1582483 DRAWING DATA=6758311 |53711| C| |D|0012 | C|49998|1853597 DRAWING DATA=6758311 |53711| C| |D|0013 | C|49998|1497144 DRAWING DATA=6758311 |53711| C| |D|0014 | A|49998|1324415 DRAWING DATA=6758311 |53711| C| |D|0015 | A|49998|1367152 DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The RING,AFT SEAL INSER 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. ;0EYA6 X82475 3UED3 243-6758311 FIND MSAS-A117; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-129; . 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. 3.5 ;3.3 Vendor Qualification The part shall be made by a pre-qualified vendor. A vendor may become qualified through the following process: 3.4 NAVSUP WSS/NAVSEA-provide vendor with the applicable drawings, requirements and accordance with The above requirements. The vendor shall be responsible for all qualification Costs including the seal manufacture costs, test rig construction and for Providing manufacturing, inspection, and refurbishment procedures. 3.6 Vendor shall be required to successfully test the seal set on their own full scale Test rig that simulates shipboard conditions including but not limited to varying Pressures, temperatures, shaft speeds, and seawater exposure for a minimum Of 2000 hrs. A description of the qualification test pressure, temperatures, and Shaft speeds will be provided by NAVSEA via separate (Classified) Correspondence.3.7 NAVSEA to conduct a Capability Assessment of the said facility and processes. 3.8 NAVSEA or designated agent- inspect the seal/mating ring set. 3.9 NAVSEA - If complete set is deemed acceptable, NAVSEA PMS392T will Coordinate the seal installation and underway operation for a minimum of six-Month shipboard qualification test for new seal/mating ring set as the FWD Seal of the boat. Upon satisfactory completion manufacture SEAWOLF seals.; 4. QUALITY ASSURANCE 4.1 ;4.2 Responsibility for inspection - Unless otherwise specified in the contract/purchase order, the Contractor shall be 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. 4.3 Inspection system Requirements - The supplies 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. Supplies certified to perform under ISO 9001 or ISO 9002 Are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.4 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 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, nor does it commit the Government to acceptance of defective material. 4.5 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.; 4.2 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. 4.3 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 ;5.1 Preservation, Packaging, Packing and Marking - Preservation, packaging, packing and marketing shall Be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD-2073 APPLIES AS FOUND ELSEWHERE IN individually packaged and shipped using Reusable foam filled fiberglass shipping and storage containers approved by NAVSEA. 5.3 The containers shall include provisions for identifying shipping or storage temperatures exceeding The allowable range of 15 to 100 degrees F.; 5.2 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. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4ed3ec5a2320414389a4d76d5740364c/view)
- Record
- SN07397049-F 20250405/250403230048 (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 |