48--CONTROL UNIT,REMOTE

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
FSC Category:
  • 48 - Valves
Posted Date: Apr 20, 2023
Due Date: May 22, 2023
Solicitation No: N0010423RNC62
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
48--CONTROL UNIT,REMOTE
Active
Contract Opportunity
Notice ID
N0010423RNC62
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP WEAPON SYSTEMS SUPPORT
Sub Command 2
NAVSUP WSS MECHANICSBURG
Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 20, 2023 04:21 am EDT
  • Original Date Offers Due: May 22, 2023 06:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4820 - VALVES, NONPOWERED
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001|
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|1 |3|200|1|2|300|1|2|400|||||||||||||||||||||
STOP-WORK ORDER (AUG 1989)|1||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving reports- combo|n/a|tbd|N00104|tbd|tbd|sw3117|tbd|||tbd||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS|
VALUE ENGINEERING (JUN 2020)|3||||
EQUAL OPPORTUNITY (SEP 2016)|2|||
SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2|||
INTEGRITY OF UNIT PRICES (NOV 2021)|1||
EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4|||||
SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2022)|4||x|||
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2|||
TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2|||
LIMITATION OF LIABILITY--HIGH-VALUE ITEMS ($100K)(FEB 1997)|1||
LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|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 (NOV 2020)|13||||||||||||||
SMALL BUSINESS PROGRAM REPRESENTATIONS (DEVIATION 2023-O0002) (DEC 2022)|4|332911|750|x||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332911|750||||||||||||
COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (DEVIATION 2018-O0015)(MAY 2018))|1||
REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (NOV 2021))|7||||||||
TYPE OF CONTRACT (APR 1984)|1|Firm fixed price|
ALTERATIONS IN SOLICITATION (APR 1984)|3||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x|
REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (JAN 2023))|1||
UNLESS OTHERWISE SPECIFIED, PRICING FOR THIS REQUEST FOR PROPOSAL IS VALID FOR120 DAYS AFTER THE CLOSING DATE. PLEASE SPECIFY(IF OTHER THAN 120 DAYS) _________________ DAYS.
ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURHCASE ORDERS, TASK ORDERS,DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARECONSIDERED TO BE 'ISSUED' BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITEDIN THE MAIL, TRANSMITTED BY FACSIMILE, OR
SENT BY OTHER ELECTRONIC COMMERCEMETHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'SPROPOSAL CONSTITUTES BILATERAL AGREEMENT TO 'ISSUE' CONTRACTUAL DOCUMENTS ASDETAILED HEREIN.
IN ORDER FOR YOUR OFFER TO BE CONSIDERED, YOU MUST SUBMIT THE ENTIRE RFPCOMPLETED AND SIGNED, PRIOR TO THE CLOSING DATE/TIME LISTED ON THE RFP. NECOOFFERS WILL NOT BE ACCEPTED.
GOVERNMENT-SOURCE INSPECTION AND ACCEPTANCE IS REQUIRED. IF INSPECTION ANDACCEPTANCE WILL OCCUR AT A DIFFERENT LOCATION THAN THE PRIME CONTRACTOR,PLEASE PROVIDED THE FACILITY AND/OR PACKAGING CAGE(S) WITH YOUR QUOTE.
THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY,REQUIRING WRITTEN ACCEPTANCE PRIOR TO EXECUTION.
HIGHER LEVEL REQUIREMENT- This order requires a Higher Level Inspection.
Questions to answer within your quote:
1. Delivery Lead Time for first unit: __________________________
2. If more than one unit to build, after shipping the first unit, the number of assets able to ship each month thereafter ________
3. Offer valid until ___________________. I prefer that quotes be valid through at least 30 Sep 2023, if feasible.)
4. Source Inspection Location (CAGE): ________ Note, inspection by DCMA is required prior to shipping. Destination Inspection is not allowed.
5. Source Acceptance Location (CAGE): ________ Inspection by DCMA is required prior to shipping. Destination Acceptance is not allowed.
6. Pack Location (CAGE): ________ Indicate if packaging will be done by an outside source.
7. Do you need the quantity incremented down to the 1 each level per SLIN to better track SLIN to the unit job number? ______
8. Is this going to be manufactured in the US? ______
9. POC name and email: ____________________________
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CONTROL UNIT,REMOTE .
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.
DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03|
DOCUMENT REF DATA=ISO9001 | | | |010417|A| | |
3. REQUIREMENTS
3.1 Cage Code/Reference Number Items - The CONTROL UNIT,REMOTE furnished under this
contract/purchase order shall be the design represented by Cage Code(s)
reference number(s). Cage _______ ref. no.
;73030 NV822350-1;
3.2 Marking - This item shall be physically identified in accordance
with ;MIL-STD-129; .
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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer
will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not
effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable.
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 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.
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 Quality System Requirements - The supplier shall provide and maintain a quality system acceptable to the Government. The quality system requirements shall be in accordance with ISO 9001.
4.2.1 ;Suppliers currently using and maintaining Inspection System Requirements to
MIL-I-45208 are granted permission to utilize MIL-I-45208 if desired.;
4.3 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.
4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during
the performance of the contract and for a period of four years 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.
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.
6.2 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.
Attachments/Links
Contact Information
Contracting Office Address
  • P O BOX 2020 5450 CARLISLE PIKE
  • MECHANICSBURG , PA 17050-0788
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 20, 2023 04:21 am EDTSolicitation (Original)

Related Document

Feb 28, 2023[Presolicitation (Original)] 48--CONTROL UNIT,REMOTE

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Bronze Valve Active Contract Opportunity N5005424Q0063 Related Notice Contract Line Item Number

Federal Agency

Follow CAP,VALVE Active Contract Opportunity N0010424QFB60 Related Notice Contract Line Item Number Department/Ind.

Federal Agency

Follow 48--VALVE,BUTTERFLY, IN REPAIR/MODIFICATION OF Active Contract Opportunity Notice ID N0038324QN234 Related Notice

DEPT OF DEFENSE

Bid Due: 5/14/2024

Follow 48--DIAPHRAGM,ACTUATOR Active Contract Opportunity Notice ID N0010424QLB45 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 5/02/2024