SOLICITATION NOTICE
49 -- FUEL UNIT SUPPORT A
- Notice Date
- 4/25/2025 7:20:08 AM
- Notice Type
- Solicitation
- NAICS
- 333914
— Measuring, Dispensing, and Other Pumping Equipment Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010425QZC44
- Response Due
- 5/12/2025 1:30:00 PM
- Archive Date
- 05/27/2025
- Point of Contact
- Amanda Gowdy (717) 605-7562
- E-Mail Address
-
amanda.a.gowdy.civ@us.navy.mil
(amanda.a.gowdy.civ@us.navy.mil)
- Description
- CONTACT INFORMATIONl4IN742.4IWWRl(717) 605-7562lamanda.a.gowdy.civ@us.navy.mil I ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)ll9llllllllllllllllllll INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)12111 INSPECTION/ACCEPTANCEPOINTl6IIIIIII WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)ll6I Material- Receiving Report & Invoice CombolN/AITBDIN00104ITBDITBDIN50286ITBDIN/AIN/AIN/AIN/AIN/AIN/AIN/AI1-866-618-5988-WAWF Helpdeskl NAVY USE OF ABILITYONE SUPPORT CONTRACTOR- RELEASE OF OFFEROR INFORMATION (3-18))I1IWEAPON SYSTEMS SUPPORT MECHI WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)l6lone year from date of delivery lone year from date of delivery 11111 WARRANTY OF DATA--BASIC (MAR 2014)12111 BUY AMERICAN FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)lllllllllllllll ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)11311111111111111 BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE BASIC (FEB 2024))15111111 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-00003 AND2025- 00004))I13l333914l750 (# of employees)IIIIIIIIIIII NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS,AND ENRGY PROGAM USE (APRIL 2008))I2IIXI 1. 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 sent by other electronic commerce methods, such as email. The Government�s acceptance of the Contractor�s proposal constitutes bilateral agreement to ""issue"" contractual details as detailed herein. 2. Any contract/order awarded as a result of this solicitation will be a ""DX"" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 3. The following proposed delivery schedule applies: Final delivery of material shall be on or before 221 days after the effective date of the resulting contract. 4. This requirement shall be persunt to Emergency Acquisition Authority. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture or refurbishment and the contract quality requirements for the FUEL UNIT SUPPORT A . 2. APPLICABLE DOCUMENTS 2.1 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 must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including 2.2.1 The documents and drawings listed below under DRAWING NO. are not provided with this Contract/Purchase order. DRAWING NO CAGE REV DISTR CD 2.2.2 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.2.3 Specification Revisions - The specification revisions listed under ""Documents References"" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.3 DOCUMENT REFERENCES SPEC NO. SLASH NO. PART NO REV DATE DISTR CD AMEND CHG NTC SUPP MIL-STD-130 N 16 NOV 12 A 01 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the item furnished under this contract/purchase order must meet the design, manufacture, and performance requirements specified on CAGE Drawing . 3.2 Marking - This item must be physically identified in accordance with MIL-STD-130. 3.3 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government inelectronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.3.1 Waivers/Deviations - Waivers and Deviations must be designated as Critical, Major, or minor. All waivers and deviations require review and approval bythe Contracting Officer. A copy of approved waivers and deviations with related OQE must be submitted via WAWF as part of the entire OQE package. (SOC MCD C material requires both approved and disapproved waivers and deviations be submitted) Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to theoperational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.3.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted using the ECDS (Electronic Contractor Data Submission) system at https://register.nslc.navy.mil/ 3.3.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of theproduct. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineeringchange.modifications or exclusions. 3.4 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking- Preservation, Packaging, Packing and Marking must be in accordance with the Contract/Purchase Order Schedule and as specified below. 5.1.1 Additional Preservation, Packaging, Packing and Marking requirements are included in the referenced Refurbishment Instruction or Procurement Specification from SUBMEPP. MIL STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES- NOT APPLICABLE DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ See CSD (contract support document) called out within paragraph 3 - Requirements. All CSDs are to be obtained from ECDS (Electric Contractor Data Submission) at:https://register.nslc.navv.mil/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6e30c10d77374a878f4aea46c9324b6f/view)
- Record
- SN07422158-F 20250427/250425230044 (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 |