SOLICITATION NOTICE
16 -- 16--AEC MONITOR ASSY
- Notice Date
- 4/11/2025 5:31:22 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
- N0038325QC296
- Response Due
- 4/30/2025 1:30:00 PM
- Archive Date
- 05/15/2025
- Point of Contact
- Telephone: 2156971138
- E-Mail Address
-
HELEN.I.CARMELO.CIV@US.NAVY.MIL
(HELEN.I.CARMELO.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N792.14|U91|See Email|Helen.i.carmelo.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Combo Invoice and Receiving||TBD|N00383|TBD|TBD|See Schedule|See Schedule|See Schedule||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|1 Year after date of delivery|45 days from 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|||||||||||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|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 (FEB 2024)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2025)|12|336413|1250 EMP||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| This solicitation will be using competitive procedures. This solicitation is for made new manufacture spare parts. This requirement will be awarded to the offeror based on the following evaluation criteria. Offers submitted will be evaluated based on the following criteria: lead time, price, past performance and capacity.Please include in your quote unit price, extended price, lead time and quote expiration date. 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. 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. Source Approval Statement applies to this NSN. This is a limited competition. Any firm which is not already approved to manufacture this material must submit a Source Approval Request, SAR. This procurement will not be delayed to wait for a SAR approval. For information or questions regarding this notice, please contact Helen Carmelo at the email address: Helen.i.carmelo.civ@us.navy.mil. NAVSUP WSS Requests proposals submitted in response to this solicitation remain valid for a minimum of 120 days following submission. 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, tfransmitted 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. The purpose of this Amendment is to implement competitive requirements and to extend the solicitation date to 30 APR 2025. \ To extend the solicitation date to April 08, 2025. All freight is FOB Origin. This RFQ is for a buy. The resultant award of this solicitation will be issuedGovernment source inspection is required. - Unit Price:__________ FIRM - Total Price:__________ FIRM - Procurement Turnaround Time (PTAT) :__________ - Awardee CAGE: __________ - Inspection & Acceptance CAGE, if not at source:__________ - Delivery Vehicle (if Delivery Order requested) (if your company has a currentImportant Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide a letter/official email from the OEM confirming your company is authorized an authorized distributor of their items. \ 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 1.2 The material covered in this contract/purchase order will be used in a crucial shipboard system enabling the launch and/or recovery of aircraft. The use of incorrect or defective material would create a high probability of failure resulting in a serious personnel injury, loss of life, loss of vital shipboard systems or loss of aircraft. Therefore,the material has been designated as Critical material and special control procedures are invoked to ensure receipt of correct material. 1.3 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NAWC LAKEHURST DRAWING; drawing number ( ;30003; ) ;3890AS001973-01; , Revision ;LATEST REVISION; 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 - NOT APPLICABLE 4. QUALITY ASSURANCE QUALITY ASSURANCE REQUIREMENTS: 1. For purposes of this TDR, the term NDT shall refer to the following methods: MT - Magnetic Particle Testing, PT - Penetrant Inspection, UT - Ultrasonic Testing, RT - Radiographic Testing, and VT - Visual Testing. 2. Companies performing NDT shall be NADCAP accredited, or a laboratory accredited by one of the organizations listed below as satisfying ISO 17025 (General requirements for the competence of testing and calibration laboratories). NDT certificates shall be bear the symbols of accreditation and the accreditation body. a. American Association for Laboratory Accreditation (A2LA) b. ANSI National Accreditation Board (ANAB) c. International Accreditation Service, Inc (IAS) d. National Voluntary Laboratory Accreditation Program (NVLAP) e. Perry Johnson Laboratory Accreditation, Inc (PJLA) f. Canadian Association for Laboratory Accreditation Inc. (CALA) g. Standards Council of Canada (SCC) 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE THIS IS AN ALRE NON-CRITICAL ITEM. FOR DRAWING UPDATES, SEE ATTACHED NAWC LKE DRAWING UPDATE SHEET. NAVSUP WSS REFERENCE ONLY: PROCUREMENT TDR 24-10132 WAS UTILIZED IN SUPPORT OF THIS SOLICIATION/CONTRACT. \
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1d7bdb17c5ba4b09bbcbd8f26d456569/view)
- Record
- SN07406309-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 |