Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2025 SAM #8579
SOLICITATION NOTICE

59 -- 59--ELECTRON TUBE

Notice Date
5/21/2025 4:23:52 AM
 
Notice Type
Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA125RES23
 
Response Due
6/20/2025 11:00:00 AM
 
Archive Date
07/05/2025
 
Point of Contact
Telephone: 2157373416
 
E-Mail Address
JOHN.MCCARRY@DLA.MIL
(JOHN.MCCARRY@DLA.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|.||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|.|||||||| TIME OF DELIVERY (JUNE 1997)|20|0001|36 ea|860|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|.| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|.| VALUE ENGINEERING (JUN 2020)|3|.||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|.| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4|.|||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|.|| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2|.|| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|.||||||||||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|.| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA --MODIFICATIONS (NOV 2021))|7|.||||||| 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|.| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND 2025-O0004))|12|334419|750||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|.| REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA (JAN 2018)|1|pdf by email| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||xx| This solicitation is hereby modified in accordance with DoD Class Deviation 2025-O0003, Restoring Merit-Based Opportunity in Federal Contracts, which implements Executive Order (E.O.) 14173, Ending Illegal Discrimination and Restoring Merit-Based Opportunity, and E.O. 14168, Defending Women from Gender Ideology Extremism and Restoring Biological Truth to the Federal Government and in accordance with Class Deviation 2025-O0004, Revocation of Executive Order on Sustainability which implements section 2(rr) of E.O. 14148, Initial Rescissions of Harmful Executive Orders and Actions, of January 20, 2025 (see 90 FR 8237), which revoked E.O. 14057, Catalyzing Clean Energy Industries and Jobs Through Federal Sustainability, of December 8, 2021. The solicitation is amended as follows: (1.) If included in the solicitation, the following solicitation provisions and contract clauses are hereby deleted: 52.222-21, Prohibition of Segregated Facilities. 52.222-22, Previous Contracts and Compliance Reports. 52.222-23, Notice of Requirement for Affirmative Action To Ensure Equal Employment Opportunity for Construction. 52.222-24, Preaward On-Site Equal Opportunity Compliance Evaluation. 52.222-25, Affirmative Action Compliance. 52.222-26, Equal Opportunity. 52.222-26 Equal Opportunity - ALT I. 52.222-27, Affirmative Action Compliance Requirements for Construction. 52.222-29, Notification of Visa Denial. 52.223-19, Compliance with Environmental Management Systems. 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. (2.) If included in the solicitation, the following contract clauses are hereby revised as follows: 52.222-9, Apprentices and Trainees (Deviation 2025-O0003), in lieu of 52.229-9. 52.244-6, Subcontracts for Commercial Products and Commercial Services (Deviation 2025-O0003), in lieu of 52.244-6. 52.223-10, Waste Reduction Program (Deviation 2025-O0004), in lieu of 52.223-10. 52.223-23, Sustainable Products and Services (Deviation 2025-O0004), in lieu of 52.223-23. 52.204-8, Annual Representations and Certifications (Deviation 2025- O0004), in lieu of 52.204-8. 52.212-3, Offeror Representations and Certifications---Commercial Products and Commercial Services (Deviation 2025-O00004), in lieu of 52.212-3. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Products and Commercial Services (Deviation 2025-O0004), in lieu of 52.212-5. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Products and Commercial Services - ALT II (Deviation 2025-O0003), in lieu of 52.212-5. 52.213-4, Terms and Conditions---Simplified Acquisitions (Other Than Commercial Products and Commercial Services) (Deviation 2025-O0004), in lieu of 52.212-4. \ 1. SCOPE 1.1 . Markings shall be in accordance with MIL-STD-130. 1.2 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;NSWC CRANE (12255) CDA; drawing number ( ;373196; ) ;49956 ; , Revision ;BASIC AND SUBSEQUENT; and all details and specifications referenced therein. 1.3 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. 1.4 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. 1.5 Articles to be furnished hereunder shall be repaired, tested andinspected in accordance with the terms and conditions specified in theRequirements Section of this document. 1.6 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. 1.7 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. 1.8 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 See Attachment 1. Note 1. (A)&(B). 3. REQUIREMENTS See Attachment 1. Note 2.(A)&(B). 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 4.1 Review documentation as provided under DD 1423 requirements. See Attachment 1. Note 3. (A),(B)&(C). 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES Note 1. (B) For ""Applicable Documents"" see Section 2.0 of NSWC-Crane's ""Modernized' Band 5/6 OTWT S.O.W. # 802042330100-2 Rev B attached as a hardcopy document to this solicitation/contract. (A) Ext Document - ""DD Form 254"" is required - to be attached to this contract. Note 2. (B) For ""Requirements"" see Section 3.0 of NSWC-Crane's ""Modernized"" Band 5/6 OTWT S.O.W. # 802042330100-2 Rev B attached as a hardcopy document to this solicitation/contract. (A) Each manufactured ""Modernized"" Band 5/6 OTWT must pass classified testing per Raytheon's spec control Dwg P/N (49956) 373198 Rev P & Subsequent reqmts. Note 3. (B) For ""Quality Assurance"" see Section 4.0 of NSWC-Crane's S.O.W. # 802042330100-2 Rev B attached as a hardcopy document to this solicitation/contract. (C) When solicitation/contract cites NAVSUPWSSIA18, NAVSUPWSSIA19 or equivalent ""Configuration Management"" clause where Class 1 ECP(s) is(are) prepared I/A/W DI-CMAN-80639C and for Class II Deviation/Waiver(s) is(are) prepared I/A/W DI-CMAN-80640C with all required info, then DD Form 1423 documents for such, shall not be attached as a CDRL requirement to this solicitation/contract. (A) All QA data plans shall be directed to the DCMA/QAR for review/approval. DATE OF FIRST SUBMISSION=ASREQ DATE OF SUBSEQUENT SUBMISSION=ASREQ Para. 10.1 : To be prepared and submitted I/A/W chapter 7 of the GIDEP operations manual, S0300-BT-PRO-010. (1) The preparation of the ""ALERT/SAFE ALERT"" shall be limited to the use of the data generated elsewhere in the contract. No new data/reports shall be created solely for this data requirement. The effort required to satisfy this CDRL requirement shall not exceed 8 hours per issuance of an ""ALERT/SAFE ALERT"". ^^ Information for GIDEP Operations Center (OC) is : Website : http://www.gidep.org Electronic Mail : gidep@gidep.org Phone : 951-898-3207 Fax : 951-898-3250 Mail : Gidep Operations Center P.O. Box 8000 Corona. CA 92878-8000 ^^ The preferred method to receive data at GIDEP is via Electronic Mail.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d871207732c149fdb7b237934cad36a8/view)
 
Record
SN07451585-F 20250523/250521230048 (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.