20--WEDGE

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 4, 2024
Due Date: Apr 24, 2024
Solicitation No: N0010424QZB43
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
20--WEDGE
Active
Contract Opportunity
Notice ID
N0010424QZB43
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 04, 2024 12:33 pm EDT
  • Original Published Date: Mar 19, 2024 03:40 am EDT
  • Updated Date Offers Due: Apr 24, 2024 04:30 pm EDT
  • Original Date Offers Due: Apr 18, 2024 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 09, 2024
  • Original Inactive Date: May 03, 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|N742.13|ER4BB|N/A|seana.m.steiner.civ@us.navy.mil|
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19||||||||||||||||||||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|MIL-I-45208|
INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2|||
HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|||MIL-I-45208 Military||||
INSPECTION AND ACCEPTANCE - SHORT VERSION|8|x||x||||||
TIME OF DELIVERY (JUNE 1997)|20|CLIN 0001|2|175||||||||||||||||||
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications; COMBO - Receiving Report & Invoice - Material|Material - Inspect & Accept at Source|TBD|N00104|TBD|TBD|W25G1U, W62G2T|TBD|N/A|N/A|N/A|N/A|N/A|N/A|SEE FORM DD1423|1
-866-618-5988 - WAWF Helpdesk|
NOTE FOR CONTRACTOR/ADMINISTRATIVE CONTRACTING OFFICER|3||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS|
EQUAL OPPORTUNITY (SEP 2016)|2|||
WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.|||||
WARRANTY OF DATA--BASIC (MAR 2014)|2|||
BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (FEB2024))|11||||||||||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13||||||||||||||
SMALL BUSINESS PROGRAM REPRESENTATIONS (FEB 2024)|4|32999|750|||
BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5||||||
BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1||
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2024)|13|32999|750||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x|
1. This requirement is pursuant to Emergency Acquisition Flexibilities (EAF).
2. The resultant award of this solicitation shall be issued bilaterally, requiring the contractor's written acceptance prior to execution.
3. When submitting a quote, specify any exceptions (I.e. MIL-STD Packaging, MIL-STD Labeling, Inspection & Acceptance locations, Packaging House, surplus material, etc.). If no exceptions are indicated or received, award shall be based upon solicitation
requirements. Changes or requests for changes after award shall be subject to consideration costs deducted from the unit price.
4. All contractual document (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 method such asemail. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein.
5. Any contract awarded as a result of this solicitation will be DO certified for national defense under the Defense Priorities and Allocations System (DPAS).Provision 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy
Program Use, shall be inserted in solicitations when the contract to be awarded will be a rated order.
1. SCOPE
1.1 ;This procurement specification contains the requirements for manufacture and the contract quality requirements for ;Wedge; for use on Navy submarines.;
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.
2.1.3 The "Document Changes" section provides supersessions/changes to referenced documents.
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.
DRAWING DATA=4491157 |25685| E| |D|0001 | E|49998|4583776
DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| |03|
DOCUMENT REF DATA=ISO 10012 | | | |030415|A| | |
DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| |
DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | |
DOCUMENT REF DATA=DLA A-A-59588 | | |B |120130|A| | |
DOCUMENT REF DATA=ISO9001 | | | |150915|A| | |
DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03|
DOCUMENT CHANGE DATA=ZZ-R-765 |DLA A-A-59588
3. REQUIREMENTS
3.1 ;Design and Manufacturing - The ;Wedge; furnished under this contract/purchase order shall meet the material, physical and mechanical requirements as specified on Drawing 4491157, Item No. 62B including associated specifications mentioned in this
procurement.;
3.2 ;Marking Requirements - The supplier shall permanently mark and identify each production lot unit ;Wedge in accordance with Notes 9,22 and 23 of drawing 4491157 per MIL-STD-130.;
3.2.1 ;The supplier shall mark ;tag or bag; each part with contract, lot or batch and serial number per MIL-STD-130.;
3.3 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWCPD), 5001 S. Broad Street, Philadelphia, PA 19112- 1403 by email matthew.j.ogilvie.civ@us.navy.mil, Code 242MO after award of contract.;
3.3.1 ;The NSWCPD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.;
3.3.2 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until
another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted,
the date of the granting of the authorization, and the name of the granting authority.
Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below.
The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788.
Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor.
3.4 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973,
Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original
and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.5 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 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.
4.3 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.
4.4 ;Inspection System - The supplier?s Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier shall develop and submit their written Quality Inspection and Test Plan as indicated on the
Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality Inspection and Test Plan is required by the contract.
CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3 and DI-QCIC-81110;
4.5 ;Finished Edges - Finished Edges shall be in accordance with the applicable drawing requirements.;
4.6 ;Material Control - The supplier shall have an effective material control system that provides for certified industrial laboratory analysis by lot or batch for raw material ordered for production lot units. The analysis shall establish the physical and
mechanical properties for the non-metallic material as specified in the applicable material specification.;
4.7 ;Production Lot.;
4.7.1 ;Visual/Dimensional Inspection - The supplier shall visually and physically inspect 100% the production lot units and record the actual measurements of each dimension identified on the applicable drawing.;
4.7.2 ;Production Lot Testing/Inspection Reports and Acceptance - (Supplier Tesiting/ Inspection). The supplier shall submit for the completed production units testing/inspection reports in compliance with the applicable Data Item Descriptions (DIDs) and
drawing. The Production Lot Testing/Inspection Report shall consist of ;Certified Industrial Laboratory Analysis for Material; Visual/Dimensional Inspection Report and Mercury Exclusion Certification; identified in the Objective Quality Evidence Records Section
of this document, and as indicated on the Production Lot Test/Inspection (PLT) Contract Data Requirements List (DD Form 1423). Government approval of the production lot testing/inspection report prior to shipment of production lot units.
CDRL: PRODUCTION LOT TESTING/INSPECTION REPORT per DI-NDTI-80809B;
4.8 ;Production Lot Inspection/Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the production lot units, the inspection and test reports identified in the Objective Quality Evidence Records Section of this document and as indicated
on the Production Lot Testing/Inspection (PLT) Contract Data Requirements List (DD Form 1423). Government approval is required prior to shipment of production units.;
4.9 ;Final Inspection and Acceptance - Final inspection and acceptance of production lots shall be made by the cognizant DCMA-QAR in conjunction with the Specific Government Inspection Instructions (SGIIs) furnished by NSWCPD. In addition to the normal DCMA
surveillance, the production unit(s) shall be under the surveillance of NSWCPD Quality Assurance Specialist as required.;
4.10 ;Objective Quality Evidence Records - The supplier shall maintain Objective Quality Evidence Data (OQEDs) of raw material and finished parts. Records shall be traceable by drawing/item, lot or batch, serial and contract number. All OQEDS shall be
clearly legible including name and title. The supplier may provide exact (quality) photocopies of objective quality evidence records being delivered under this purchase order instead of originals.;
4.10.1 ;The supplier shall furnish a copy of the following OQEDs listed below and as indicated on the Contract Data Requirements List (DD Form 1423) for acceptance.The reports shall be correlated to the drawing/item, lot or batch, serial and contract number.
Supplier format is acceptable for the below listed CDRLs.
a. Certified Industrial Laboratory Analysis for Rubber (Black) Class 2B, Grade 80 Material.
CDRL: CERTIFIED INDUSTRIAL LAB ANALYSIS per DI-MISC-80678
b. Visual Dimensional Inspection Reports shall show all the characteristics, the actual measurement results of each dimension inspected including contract number, name of supplier, drawing/item number, drawing revision letter, lot or batch and serial number of
finished parts, item nomenclature, inspector's acceptance signature and date.
CDRL: VISUAL/DIMENSIONAL INSPECTION REPORT per DI-NDTI-80809B
c. Mercury Exclusion Certification (representing the contract units shipment). CDRL: MERCURY EXCLUSION CERTIFICATION per DI-MISC-80678;
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.

DATE OF FIRST SUBMISSION=ASREQ
;;APPROVAL OF THE QUALITY INSPECTION PLAN BY NSWC PHILADELPHIA DIVISION IS REQUIRED PRIOR TO PRODUCTION.;;
;;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A001. NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS "N64498".;;

DATE OF FIRST SUBMISSION=ASREQ
;;SUPPLIER FORMAT IS ACCEPTABLE.;;
;;PLT REPORT SHALL CONSIST OF OQED RECORDS LISTED IN CONTRACT SECTION E: CERTIFIED INDUSTRIAL LABORATORY ANALYSIS FOR MATERIAL; VISUAL/DIMENSIONAL INSPECTION REPORT AND MERCURY EXCLUSION CERTIFICATION.;;
;;APPROVAL OF THE REPORT BY NSWC PHILADELPHIA DIVISION IS REQUIRED PRIOR TO SHIPMENT OF PRODUCTION LOT UNITS.;;
;;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A002. NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS "N64498".;;
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

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 CONNECTOR TRAVELING Active Contract Opportunity N0010423QFC84 Related Notice Contract Line Item Number

Federal Agency

Follow USNS ZEUS CENTRIFUGAL PUMP Active Contract Opportunity Notice ID N3220523Q2140 Related Notice

DEPT OF DEFENSE

Bid Due: 5/26/2026

Follow C4 Safety Nets P/N 3227479 and D5 Safety Nets P/N 7124135-001 Active

DEPT OF DEFENSE

Bid Due: 5/06/2024

Follow 6K Diesel, Sit-down Counterbalanced Forklifts Active Contract Opportunity Notice ID N0010424RK015 Related

DEPT OF DEFENSE

Bid Due: 5/22/2024