SOLICITATION NOTICE
58 -- SENSOR,FLOW
- Notice Date
- 4/24/2025 1:30:03 AM
- Notice Type
- Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010425QCB34
- Response Due
- 5/9/2025 1:30:00 PM
- Archive Date
- 05/24/2025
- Point of Contact
- Telephone: 7176052498
- E-Mail Address
-
VALENTINO.P.ARENA.CIV@US.NAVY.MIL
(VALENTINO.P.ARENA.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N771.6|APA|771-229-0383|valentino.p.arena.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|TBD|TBD|TBD|N00104|TBD|TBD|SW3218 (QTY 41) & W25G1U (QTY 4)|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE ENGINEERING (JUN 2020)|3|||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7|1|168313-1|TBD|TBD|TBD||| LIST OF SOLICITATION ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|X|X|X|||X|X||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334511|1350 EMPLOYEES|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||X| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| EVALUATION OF FIRST ARTICLE TESTING|3|||x| This solicitation is issued pursuant to Emergency Acquisition Flexibilities (EAF). Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ ""All freight is FOB Origin. This RFQ is for a buy. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government source inspection is required. Unit Price:__________ FIRM Total Price:__________ FIRM First Article Approval (Government Testing) - Non-destructive First ArticleTest (FAT) and approval is required. Vendor will send 1 unit for FAT. Vendorhas TBD days to deliver unit to ISEA/Program office for testing. If the unitdoes not pass, vendor has 30 days for corrective action and resubmission uponreceipt of the unit at vendor's facility. The vendor will not commit to amanufacturing run of assets until the FAT asset is inspected, evaluated,tested, and found functionally compatible. Asset will be returned back tovendor with a FAT acceptance report from program office/ISEA. Upon receipt ofreturned asset and FAT acceptance report, vendor will manufacture theremaining contract quantity. Delivery address and Point of Contact to be determined. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the SENSOR,FLOW . 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. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The SENSOR,FLOW furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;24930 168313-1; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 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 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.4.1 ;To be performed in accorance with DID NR: DI-NDTI-80603A (NDTI). Please see remarks block 16.; 3.4.2 ;To be performed in accordance with DID NR: DI-RELI-80252 (FCT). Please see remarks block 16.; 3.5 ;These requirements are wavied for source/sources that have fullfilled prior contracts.; 4. QUALITY ASSURANCE 4.1 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. 4.2 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 absence of any inspection requirements shall not relieve the Contractor of 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, not does it commit the Government to acceptance of defective material. 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. 5. PACKAGING 5.1 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. 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. 6.2 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. There are 7 (seven) seperate 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 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ ;Vendor will send 1 unit for FAT. Vendor has 7 days to deliver unit to ISEA/Program office for testing. Government has 14 days to test unit. If the unit does not pass, asset will be sent back for corrective action and resubmission. Vendor will have 30 days for corrective action. If asset passes, asset will be returned with an accompaning acceptance report Delivery Address and Point of Contact: NAS Oceana Dam Neck Annex 2089 Tartar Ave., BLDG 559 Virginia Beach, VA 23461 Kenneth W. Harris Kenneth.W.Harris.civ@us.navy.mil (757)492-8046 ; ;The vendor will not commit to a manufacturing run of assets until the FAT asset is inspected, evaluated, tested, and found functionally compatible. Asset will be returned back to vendor with a FAT acceptance report from program office/ISEA. Upon receipt of returned asset and FAT acceptance report, vendor will manufacture the remaining contract quantity.; ;This requirement is wavied for source/sources that have fullfilled prior contracts.; DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ ;After acceptance of first article testing. Vendor will send 2 units for verification that the manufacturing process is stable and repeatable. Vendor has 7 days to deliver units to ISEA/Program office for testing. Government has 14 days to test units. If the units do not pass, asset will be sent back for corrective action and resubmission. Vendor will have 30 days for corrective action. If asset passes, asset will be returned with an accompaning acceptance report Delivery Address and Point of Contact: NAS Oceana Dam Neck Annex 2089 Tartar Ave., BLDG 559 Virginia Beach, VA 23461 Kenneth W. Harris Kenneth.W.Harris.civ@us.navy.mil (757)492-8046; ;The vendor will not commit to a manufacturing run of assets until the assets are inspected, evaluated, tested, and found functionally compatible. Assets will be returned back to vendor with an acceptance report from program office/ISEA. Upon receipt of returned assets and an acceptance report, vendor will manufacture the remaining contract quantity.; ;This requirement is wavied for source/sources that have fullfilled prior contracts.;
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/30afe124e3be4a4e8bf37eeab6f0af27/view)
- Record
- SN07420887-F 20250426/250424230052 (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 |