Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2025 SAM #8539
SOLICITATION NOTICE

16 -- 16--ACTUATOR,MECHANICAL

Notice Date
4/11/2025 5:37:10 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038325QC361
 
Response Due
5/12/2025 1:30:00 PM
 
Archive Date
05/27/2025
 
Point of Contact
Telephone: 2156970275
 
E-Mail Address
PATRICK.J.HORAN1@NAVY.MIL
(PATRICK.J.HORAN1@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N792.06|JA1|215-697-0275|patrick.j.horan23.civ@us.navy.mil| COMMERCIAL ITEM PROCUREMENT NOTICE - AWARD|4||||| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x|||||||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|x||||||||||||x|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO TYPE ||TBD|N00383|TBD|TBD|SEE SCHEDULE|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 months|60 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|||||||||||| CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVEORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION 2025-O|81|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| CUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2025)(DEVIATION|16||||||||||||||||| |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|336413|1250||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERSDELIVERY 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. Early and incremental deliveries accepted and preferred. This solicitation is for spares. This solicitation will be using competitive procedures. The resulting award will be limited to government approved sources. oOffers will be evaluated based on the non-price factors of capacity, delivery, and past performance, and when combined, those non-price factors being more important than price . Proposal submission should include non-price factors and price on one document.Offerors are required to submit recent (within the past three years) and relevant past performance references with the submission of their offer.Relevant past performance demonstrates the offeror's past performance manufacturing an item of the same or similar scope, complexity and magnitude relative to the instant requirement. The submission of past performance should be limited to three relevant contracts. Any contract beyond three years will not be accepted as relevant past performance. If only one offer is received, the competitive procedures will shift to sole source negotiations. The closing date for this solicitation is listed on page 1. The quotes may be e-mailed to the below address and must be received on or before 2:00 PM EST of the closing date. Offers received after the closing date are considered to be late and will not be considered for award. The offeror shall submit one unit price per CLIN and the unit price should be firm fixed price. Tiered pricing will not be accepted or evaluated. The Government physically does not have in its possession sufficient, accurate, or legible data to contract with other than the current source(s) . 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 Patrick Horan at the email address: patrick.j.horan23.civ@us.navy.mil. NAVSUP WSS Requests proposals submitted in response to this solicitation remain valid for a minimum of 120 days following submission. NAVSUP WSS has been granted a class deviation (CL-00-203) that permits us to use the award forms currently available in our automated procurement system instead of the SF 1449 when conducting procurements for commercial items. This procurement is being conducted in accordance with FAR Part 12, Acquisition of Commercial Products. Information appearing on the face of the DD Form 1155 or SF 26 that conflicts with clauses or provisions contained elsewhere in this solicitation shall be disregarded. Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Products Under paragraph(a) ""Inspection and Acceptance"" add the following: 1. FAR Clause 52.246-2 Inspection of Supplies-Fixed Price applies as amended herein. All product audits performed at the discretion of the DCMA QAR shall be conducted by witnessing contractor inspections or tests on a non-interference basis. 2. The contractor shall maintain a quality system that addresses the elements of ISO9001-2000/AS9100B, Quality System Model for Quality Assurance in Design/Development, Production, Installation and Servicing, and a calibration system that addresses the elements of ISO-10012-1, ANSI/NCSL Z540 or an equivalent program approved by the Navy. 3. The government reserves the right to assess the contractor's compliance to its documented quality system throughout the performance of this contract. The quality system procedures, planning, and all other documentation, media, and data which comprise the quality system shall be made available to the government for their review and use. The acceptance of non-conforming supplies is a prerogative of and shall be as prescribed by the government. The government reserves the right to disapprove the quality system or portions there of when it fails to meet its intended objectives. 4. The Contractor shall not make any configuration changes, engineering changes or part number changes to the contract/purchase order items, including, but not limited to, the item's hardware, software or firmware, unless approved by the Procurement Contracting Officer (PCO). In addition, approval by the appropriate technical authority may also be required. Guidance on how to submit a proposed engineering or part number change may be obtained from the PCO. 5. The Contractor shall not manufacture any item for acceptance by the Government that incorporates a known departure from technical or contractual requirements unless a request for a deviation has been approved. Authorized deviations are a temporary departure from the requirements only and do not authorize a change to the item's configuration baseline. Any deviation, major or minor, must be approved by the PCO prior to acceptance. \ 1. SCOPE 1.1 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document. 1.2 Unless expressly provided for elsewhere in this clause, equipment suchas fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, orany 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. 1.3 The use of MIL-W-81381 wire in any item to be delivered under this procurement is prohibited. The foregoing prohibition applies notwithstanding any reference to MIL-W-81381 wire that may be made in any of the drawings or specifications for this procurement. SAE-AS22759 series wire shall be used in lieu of MIL-W-81381 wire, in any place where MIL-W-81381 wire is cited in this procurement. Any questions concerning this requirement should be directed to the Procuring Contracting Officer. 1.4 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 Personnel performing tasks in accordance with IPC/EIAJ-STD-001C shall be trained and certified as requried by IPC/EIAJ-STD-001C paragraph 5.1.4. 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Items coated with yellow paint shall be totally stripped of yellow paint and repainted with white coating systems as follows: 3.1.1 Primary System a. Pretreatment, for steel only, shall be MIL-C-10578. Pretreatment for aluminum is not authorized. b. Primer shall be epoxy coating MIL-P-53022 Type II (VOC 340 G/L), available from: 1. Sherman Williams, (312) 821-3434 P/N E90WY14/V93VY9 2. PPG (216) 671-0056 P/N W423305 3. Niles (800) 253-7389 P/N 3580 c. If above materials are not available, the following materials are authorized for use: 1. Epoxy coating MIL-P-5302 Type II (VOC 420 G/L). Where permitted by local environmental regulations. 2. Epoxy, water reducible, shall be MIL-P-5303 (VOC 340 G/L). 3. Topcoat Primer-Polyurethane shall be MIL-C-85285, Type II (VOC 340 G/L) color number 17925 CF FED-STD-595. d. All removed yellow paint should be treated as if it contains lead and chromates and proper safety and disposal procedures shall be adhered to. 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 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/6cb723fa278640579353de288b39214e/view)
 
Record
SN07406307-F 20250413/250411230055 (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.