53--PLUG,MACHINE THREAD

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
FSC Category:
  • 53 - Hardware and Abrasives
Posted Date: Feb 24, 2023
Due Date: Mar 27, 2023
Solicitation No: N0010423QFB86
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
53--PLUG,MACHINE THREAD
Active
Contract Opportunity
Notice ID
N0010423QFB86
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 24, 2023 03:52 am EST
  • Original Date Offers Due: Mar 27, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5365 - BUSHINGS, RINGS, SHIMS, AND SPACERS
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
Description
CONTACT INFORMATION|4|N743.48|GE1|717-605-6561|CAMERON.D.BRYANT@NAVY.MIL|
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19||||||||||||||||||||
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Material - Invoice & Receiving Report (COMBO)|N/A|TBD|N00104|TBD|SEE SCHEDULE|TBD|N/A|N/A|N/A|N/A|N/A|N/A|N/A|N/A|N/A|
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1||
EQUAL OPPORTUNITY (SEP 2016)|2|||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|365 DAYS FROM DATE OF DELIVERY|365 DAYS FROM DATE OF DELIVERY|||||
BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3||||
LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13||||||||||||||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3||||
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2022)|13|332119|500||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|||
1. The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution.
2. Any contract/order awarded as a result of this solicitation will be a "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). See 52.211-14, Notice of Priority Rating for National Defense, Emergency
Preparedness, and Energy Program Use.
3. Consistent with FAR 52.216-18, "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 documents as detailed herein.
4. NAVSUP WSS Mech will be considering past performance in the evaluation of offers. See Clauses DFARS 252.213-7000 and WSSTERMMZ01.
5.This requirement falls under the Emergency Acquisition Flexibilities(EAF).
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the PLUG,MACHINE THREAD .
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-130 | | |R |180524|A| | |
DOCUMENT REF DATA=ISO9001 | | | |150901|A| | |
3. REQUIREMENTS
3.1 Cage Code/Reference Number Items - The PLUG,MACHINE THREAD furnished under this
contract/purchase order shall be the design represented by Cage Code(s)
reference number(s). Cage _______ ref. no.
;90099 1136E67-001-KIT;
3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130.
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 Inspection System Requirements - The supplier shall provide and maintain an inspection system acceptable to the Governmnet. The inspection system requirements shall be in accordance with MIL-I-45208.
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.
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.
Attachments/Links
Links
Display Name Updated Date
See Solicitation N0010423QFB86 (opens in new window) Feb 24, 2023
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
  • Feb 24, 2023 03:52 am ESTSolicitation (Original)

Related Document

Feb 23, 2023[Presolicitation (Original)] 53--PLUG,MACHINE THREAD

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 GSA, FAS, TTL, QMAAB Multiple Award Schedule (MAS) Industry Day - Contractor

Federal Agency

Follow 53--COVER,ACCESS Active Contract Opportunity Notice ID N0010424RQB18 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 4/29/2024

Follow 53--COVER,ACCESS Active Contract Opportunity Notice ID N0010424RQB18 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 4/29/2024

Follow FD2020-22-00798 Active Contract Opportunity Notice ID FD2020-22-00798 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 5/16/2027