HATCH,MARINE

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
FSC Category:
  • 20 - Ship and Marine Equipment
NAICS Category:
  • 336612 - Boat Building
Posted Date: Apr 3, 2024
Due Date: Apr 17, 2024
Solicitation No: N0010424QXC23
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
HATCH,MARINE
Active
Contract Opportunity
Notice ID
N0010424QXC23
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 03, 2024 04:09 am EDT
  • Original Date Offers Due: Apr 17, 2024 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2040 - MARINE HARDWARE AND HULL ITEMS
  • NAICS Code:
    • 336612 - Boat Building
  • Place of Performance:
Description
CONTACT INFORMATION|4|N774.9|AEB|717-605-1339|DARIAN.M.HOLLEY.CIV@US.NAVY.MIL|
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|||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT COMBO|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG|
EQUAL OPPORTUNITY (SEP 2016)|2|||
FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989)|7||||||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13||||||||||||||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|336612|1000|X|X||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|||
This solicitation is issued pursuant to Emergency Acquisition Flexiblities (EAF).
Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^
A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to DARIAN.M.HOLLEY.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 contractors written acceeptance prior to execution. Verify nomenclature, part number, and NSN prior to responding.
E. Only a Firm-Fixed Price (FFP) will be accepted.
F. 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.
G. 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).
H. 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.
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the HATCH,MARINE .
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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made.
2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order.
2.2 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.
2.3 ;Requests for additional government-owned documents should be submitted in writing to the contract officer responsible for the applicable order. Release of drawings or other documents will be approved and handled by the technical community for the
system.;
DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | |
DOCUMENT REF DATA=ISO9001 | | | |160921|A| | |
3. REQUIREMENTS
3.1 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required.
3.2 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required.
3.3 Production Lot Approval (Contractor Testing) - Production Lot Test and approval is required.
3.4 Marking - This item shall be physically identified in accordance with MIL-STD-130.
3.5 Soldering - The requirements for soldered electrical and electronic assemblies shall conform to IPC J-STD-001, Class ;3; .
3.6 Cage Code/Reference Number Items - The HATCH,MARINE furnished under this
contract/purchase order shall be the design represented by Cage Code(s)
reference number(s). Cage _______ ref. no.
;53711 6692849-39;
3.7 ;Sources who have prior approved FAT are waived CDRL requirements with the exception of PLT.;
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 First Article Test/Inspection (Contractor) - The Contractor shall conduct ;Non destructive; First Article Test/Inspection on ;1; unit(s) in accordance with requirements ;on drawing 5219976 ; .
4.3 First Article Compatibility Test (Government) - Upon satisfactory completion of the First Article Test/Inspection by the Contractor, ;1; unit(s) shall be shipped to ;NSWC, PHD; for compatibility test to assure satisfactory, form, fit and function within
the applicable end item or system.
Government First Article Compatibility Test shall consist of ;non destructive; testing. If the testing is nondestructive, the first article sample ;will; be returned.//
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.
4.5 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.
4.6 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.
4.7 ;Sources who have prior approved FAT are waived CDRL requirements, with the exception of PLT.;
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 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.
6.3 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.
Manufacturing sources interested in becoming qualified for support of future requirements for this item should submit their interest in writing to the Contract Officer, to include a summary of the company's applicable capabilities. This will be forwarded to the
appropriate point of contact at NSWC, PHD for evaluation.

DATE OF FIRST SUBMISSION=ASREQ
Block 12 - Submit for approval prior to production.
Block 14A - The deliverable item specified as information copy shall be boldly marked as "Information Only".
Block 14 - Port Hueneme Division, Naval Surface Warfare Center, ;MK 41 VLS Engineering Activity ; ,Port Hueneme, CA 93043-5007.

DATE OF FIRST SUBMISSION=045 DAC
Block 12 - Submit for approval prior to production.
Block 14A - The deliverable item specified as information copy shall be boldly marked as "Information Only".
Block 14 - Port Hueneme Division, Naval Surface Warfare Center, ;MK 41 VLS Engineering Activity ; ,Port Hueneme, CA 93043-5007.

DATE OF FIRST SUBMISSION=ASREQ
100% INSPECTION IS REQUIRED

DATE OF FIRST SUBMISSION=ASREQ
;GOVERNMENT COMPATIBILITY TESTING TO BE COMPLETED 45 DAYS FROM RECEIPT OF FAT UNIT / TEST REPORT FROM CONTRACTOR. ;

DATE OF FIRST SUBMISSION=ASREQ
Request for Waiver- Prior submission
Based on past successful delivery of material on contracts
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 03, 2024 04:09 am EDTSolicitation (Original)

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 2090 - 6K electric sit-down forklifts Active Contract Opportunity Notice ID N0010424QK030

DEPT OF DEFENSE

Bid Due: 5/21/2024

Follow 20--MODIFICATION KIT,MA Active Contract Opportunity Notice ID SPE7MC24T062V Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 4/29/2024

Follow 20--WINDOW,MARINE Active Contract Opportunity Notice ID SPE7M324Q0245 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 4/29/2024

Follow 20--TILE,BLANK,24X36 Active Contract Opportunity Notice ID N0010424RYB23 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 5/17/2024