SOLICITATION NOTICE
20 -- SCUTTLE,MRN,RAISED
- Notice Date
- 5/8/2025 4:50:07 AM
- Notice Type
- Solicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010425QXC89
- Response Due
- 5/28/2025 1:30:00 PM
- Archive Date
- 06/12/2025
- Point of Contact
- Telephone: 7176053918
- E-Mail Address
-
RUSSELL.W.KREIDER.CIV@US.NAVY.MIL
(RUSSELL.W.KREIDER.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N774.3|GAE|771-229-0488|russell.w.kreider.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo)||To Be Determined|N00104|To Be Determined|To Be Determined|See Schedule|To Be Determined|See Schedule||To Be Determined|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS Mechanicsburg| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|x||||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|336612|1,000|x|x|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to RUSSELL.W.KREIDER.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection Required. C. All freight is FOB Origin. D. This RFQ is for a BUY/Procurement. 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. E. Only a Firm-Fixed Price (FFP) will be accepted. F. Must adhere to IUID requirements of DFARS 252.211-7003 G. The ultimate awardee of the proposed contract action must be an authorized source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. H. Your quote should include the following information for justification purposes: - New procurement unit price____________________ - Total Price _____________________ - Procurement delivery lead time (PTAT) _________________ days - Award to CAGE _______________ - Inspection & Acceptance CAGE, if not at Award to CAGE _____________ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _______________ (90 Days minimum is requested). - Delivery Vehicle (If Delivery Order requested)(e.g. if your CAGE has a current BOA/IDIQ) I. Important Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide an official letter and/or email from the OEM confirming that your company is an authorized distributor of their items. EVALUATION FACTORS: Evaluation Utilizing Simplified Acquisition Procedures The Government will issue an order resulting from this Request for Quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and a non-price factors. The following factors will be used to evaluate quotations in order of relative importance: 1) Price. 2) Past Performance. The offeror's past performance on related contracts will be evaluated to determine the following as appropriate: successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, and customer satisfaction. 3) Supplier Performance Risk as described in DFARS 252.204-7024. (End of provision) Quotes shall be received no later than the date specified in the solicitation in order to be considered. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the SCUTTLE,MRN,RAISED . 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. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DRAWING DATA=1623058 |53711| H| |A|0001 | H|49998|1291825 DRAWING DATA=1623058 |80064| G| |D|0001 | G|49998|0897927 DRAWING DATA=1623058 |80064| G|DW |D|0001 | G|49998|0359473 DRAWING DATA=1623058 |80064| G|DW |D|0002 | G|49998|0298881 DRAWING DATA=1623058 |80064| G|DW |D|0003 | G|49998|0236031 DRAWING DATA=1623943 |10001| 2| |D|0001 | 2|49998|0076379 DRAWING DATA=1623943 |53711| E| |A|0001 | E|49998|1027860 DRAWING DATA=2226372 |10001| -| |D|0001 | -|49998|0069092 DRAWING DATA=2226372 |53711| C| |A|0001 | C|49998|0571995 DRAWING DATA=2226372 |80064| B| |A|0001 | B|49998|0513584 DRAWING DATA=2226372 |80064| B| |A|0002 | B|49998|0326898 DRAWING DATA=2226372 |80064| B|DW |D|0001 | B|49998|0482143 DRAWING DATA=2226372 |80064| B|DW |D|0002 | B|49998|0328341 DRAWING DATA=2226372 |80064| B|STD|D|0001 | B|49998|0717031 DRAWING DATA=2226372 |80064| B|STD|D|0002 | B|49998|0711752 DOCUMENT REF DATA=MIL-STD-22 | | |D |910321|A| |02| DOCUMENT REF DATA=FF-S-92 | | |B |150505|A| 1| | DOCUMENT REF DATA=MIL-STD-1689 | | |A |901123|A| | | DOCUMENT REF DATA=MIL-STD-2142 | | |A |900806|A| | | DOCUMENT REF DATA=MIL-P-15024 |0005| | |190222|A| | | DOCUMENT REF DATA=ANSI-A10.3 | | | |941003|A| | | DOCUMENT REF DATA=MIL-DTL-1222 | | |J |001208|A| | | DOCUMENT REF DATA=ASTM-B209M | | | |931115|A| | | DOCUMENT REF DATA=MIL-DTL-24441 | | |D |090827|A| | |1 DOCUMENT REF DATA=MIL-PRF-24635 | | |E |180912|A| 1| | DOCUMENT REF DATA=ASTM-A276 | | | |940315|A| | | DOCUMENT REF DATA=ASTM-A312/A312M | | | |161209|A| | | DOCUMENT REF DATA=ASTM-A36/A36M | | | |890825|A| | | DOCUMENT REF DATA=ASTM-A569/A569M | | | |021126|A| | | DOCUMENT REF DATA=ASTM-B584 | | | |931215|A| | | DOCUMENT REF DATA=A-A-59313 | | | |190905|A| | | DOCUMENT REF DATA=A-A-59588 | | |A |180727|A| | | DOCUMENT REF DATA=ASTM-B633 | | | |850927|A| | | DOCUMENT REF DATA=SAE-AS81934 | | | |980702|A| | | DOCUMENT REF DATA=MIL-PRF-900 | | |F |910327|A| | | 3. REQUIREMENTS 3.1 Manufacture and Design - The SCUTTLE,MRN,RAISED furnished under this contract/purchase order shall meet the requirements as specified on ;DWG 803-1623058 ASSY B, 803-1623943 AND 803-2226372 ; . 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130N 16 NOV 2012; . 3.3 Production Lot Approval (Contractor Testing) - Production Lot Test and approval is required. 3.4 Welding - Welding and allied processes shall be in accordance with ;IN ACCORDANCE WITH CONTRACT DATA REQUIREMENTS LIST (DD1423); . 3.4.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.5 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. ?P? Magnetic Silencing Requirements - The (itm) Furnished under the contract/purchase order shall be of Non Magnetic material in accordance with DOD-STD-2143 and shall have a magnetic permeability, after fabrication, of 2.0 or less using test method 501 of MIL-STD-2142A. Exceptions to this requirement are stated in para. 5.2.1.1. and 5.2.1.2 of DOD-STD-2143. 3.6 ;The following pieces of drawing #1623058 are to be manufactured to ASTM-A276 type 316,Condition A. Piece Numbers: 1,2,4,7,11,12,14,23,24,28,30,33,34,35,36,37,38,39,40,41,51,55,59,62,63,64,65,67 ,and piece 68; 4. QUALITY ASSURANCE 4.0.1 ;Production lot test/inspection shall be in accordance with general note 22 of drawing 803-2226372; 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. 4.4 Production Lot Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 4.5 Welding - Prior to performing any welding (production or repair), the applicable welding procedure qualification data shall be submitted in accordance with the Contract Data Requirements List (DD Form 1423). Welding procedures shall be submitted for information with the supporting procedure qualification data. If the Contractor's qualification data has previously been approved by the Navy for this or other contract, a copy of the original approval letter shall be submitted in lieu of the qualification data. (Note: Letters extending approval of qualification data based on previous approvals are not acceptable to fulfill this requirement. The approval letter must reference the applicable welding procedure and/or welding procedure qualification data number). Submission of welding procedures and qualification data is not required for tack/spot welds. 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. 6.4 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. NAVICP has a requirement for a non-magnetic scuttle. If there is not a non-mag. dwg. available yet, please provide a modified material list showing for dwg. 803-1623058 assy. B showing acceptable non-magnetic material for eachitem on the dwg. DATE OF FIRST SUBMISSION=ASREQ Block 10, 12 - Submit one copy of the welding procedure (for info) with the qualification data (for approval) prior to performing any welding. Block 10 - Note: If this data has been previously approved by the Navy, submittal of the original approval letter in lieu of the data is acceptable. DATE OF FIRST SUBMISSION=ASREQ Block 10, 12 - Submit one copy of the welding procedure (for info) with the qualification data (for approval) prior to performing any welding. Block 10 - Note: If this data has been previously approved by the Navy, submittal of the original approval letter in lieu of the data is acceptable. DATE OF FIRST SUBMISSION=ASGEN Block 10 - Submit one production Lot Test Report to Government DCMC QAR for approval of each lot.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/abded5237ff74ee9806d87217b70b7b5/view)
- Record
- SN07436013-F 20250510/250508230050 (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 |