CASE,DEMOLITION CHA

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159108854288372
Posted Date: Nov 25, 2022
Due Date: Dec 27, 2022
Solicitation No: N0010423QXA28
Source: Members Only
Follow
CASE,DEMOLITION CHA
Active
Contract Opportunity
Notice ID
N0010423QXA28
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: Nov 25, 2022 03:53 am EST
  • Original Date Offers Due: Dec 27, 2022 03:30 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 99 - MISCELLANEOUS
  • NAICS Code:
    • 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing
  • Place of Performance:
Description
CONTACT INFORMATION|4|N774.17|BV4|717.605.3020|ROBERT.REHMAN@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|INVOICE AND RECEIVING REPORT (COMBO)|NA|TBD|N00104|TBD|TBD|SEE SCHEDULE|SOURCE|||TBD||||||
NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG|
EQUAL OPPORTUNITY (SEP 2016)|2|||
BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3||||
ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|X|X|X|||X|X|||||||
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|325920|750||||||||||||
NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X|
Solicitation being issued under Emergency Acquisition Flexibilities (Formerly SEPA). Please make every action possible to respond to this solicitation by the closing date to avert delays in getting this contract in place to support our Nations War Fighter.
1.This is a US Navy requirement for the items listed in this solicitation.
2.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.
3.The ultimate awardee of the proposed contract action must be an authorized supplier. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization.
4.The offeror's cage code must be clearly marked, and have a valid SAM registration.
5.The Navy is requesting that all quotes be valid for a minimum of 90 days.
6.Quotes shall be emailed to ROBERT.REHMAN@NAVY.MIL . Other forms of submission are unacceptable.
7.Delivery Days ___________ARO.
8.If supplies will be packaged at a location different from the offeror address, offeror shall provide the name and address of the packaging facility.
9.An email address for follow-up communications is required. Email Address: ____________________________
10.I&A MUST be performed by the DCMA QAR at source before shipment. If I&Ais not completed there WILL be a delay in payment.
11.The EOD Technician has 90 days in which to test/inspect/accept the production quantity. The contract administrator has an additional 30 days in which to notify the contractor of the results; total 120 days. Accordingly, the delivery schedule will
be: submittal of supplies to the EOD Technician for 100% PLT 120 days After Date of Contract (ADC), PLT approval XXX (XXX + 120
days) ADC.
Acceptance is at destination.
1. SCOPE
1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CASE,DEMOLITION CHA .
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.
DRAWING DATA=5012947 |53711| G| |C|0001 | |49998|0044055
DRAWING DATA=6915095 |53711| D| |C|0001 | |49998|0052553
DRAWING DATA=6915096 |53711| D| |C|0001 | |49998|0052274
DRAWING DATA=8179186 |53711| -| |D|0001 | -|49998|0038489
DRAWING DATA=8179187 |53711| A| |D|0001 | A|49998|0114806
DRAWING DATA=8179188 |53711| -| |D|0001 | -|49998|0060629
DRAWING DATA=8179188 |53711| -| |D|0002 | -|49998|0023648
DRAWING DATA=8179188 |53711| -| |D|0003 | -|49998|0048746
DRAWING DATA=8179189 |53711| -| |D|0001 | -|49998|0036531
DRAWING DATA=8179190 |53711| -| |D|0001 | -|49998|0036979
DRAWING DATA=8179191 |53711| A| |D|0001 | A|49998|0049545
DRAWING DATA=8179192 |53711| A| |D|0001 | A|49998|0071134
DRAWING DATA=8179193 |53711| A| |D|0001 | A|49998|0089156
DRAWING DATA=8179194 |53711| A| |D|0001 | A|49998|0065817
DRAWING DATA=8179195 |53711| A| |D|0001 | A|49998|0066731
DRAWING DATA=8179196 |53711| A| |D|0001 | A|49998|0065372
DRAWING DATA=8179197 |53711| A| |D|0001 | A|49998|0055035
DRAWING DATA=8179198 |53711| A| |D|0001 | A|49998|0065422
DRAWING DATA=8179199 |53711| A| |D|0001 | A|49998|0062450
DRAWING DATA=8179200 |53711| -| |D|0001 | -|49998|0051180
DRAWING DATA=8179201 |53711| -| |D|0001 | -|49998|0048159
DRAWING DATA=8179202 |53711| A| |D|0001 | A|49998|0108909
DRAWING DATA=8179203 |53711| A| |C|0001 | |49998|0035702
DRAWING DATA=8179204 |53711| B| |D|0001 | |49998|0467692
DRAWING DATA=8179205 |53711| A| |C|0001 | |49998|0034744
DRAWING DATA=8179206 |53711| A| |C|0001 | |49998|0034840
DRAWING DATA=8179207 |53711| -| |D|0001 | -|49998|0050924
DRAWING DATA=8179208 |53711| A| |D|0001 | A|49998|0076099
DRAWING DATA=8179209 |53711| A| |D|0001 | A|49998|0074169
DRAWING DATA=8179210 |53711| B| |D|0001 | |49998|0056144
DRAWING DATA=8179252 |53711| B| |D|0001 | |49998|0054637
DRAWING DATA=8179253 |53711| A| |D|0001 | A|49998|0052348
DRAWING DATA=8179255 |53711| A| |D|0001 | A|49998|0051866
DRAWING DATA=8179256 |53711| A| |D|0001 | A|49998|0054844
DRAWING DATA=8179257 |53711| A| |D|0001 | A|49998|0052290
DRAWING DATA=8179258 |53711| A| |D|0001 | A|49998|0050090
DRAWING DATA=8179259 |53711| -| |D|0001 | -|49998|0056520
DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | |
DOCUMENT REF DATA=ASTM-B221-M | | | | |A| | |
DOCUMENT REF DATA=ASTM D-5118-M | | | | |A| | |
DOCUMENT REF DATA=MIL-DTL-19595 | | |D |030211|A| | |
3. REQUIREMENTS
3.0.1 ;drawing number 8179193, is vendor item controlled to Packaging Strategies INC, cage 04N5N, any interesting vendors must be able to procure the items listed on drawing 8179193, from the sources listed by name on drawing 8179193. ;
3.1 Cage Code/Reference Number Items - The CASE,DEMOLITION CHA furnished under this
contract/purchase order shall be the design represented by Cage Code(s)
reference number(s). Cage _______ ref. no.
;0N4N5 8179186;
3.2 Marking - This item shall be physically identified in accordance
with ;MIL-STD-130, REV N, 16 NOV 2012; .
3.3 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required.
3.4 Production Lot Approval (Government Testing) - Production Lot Test and approval is required.
3.5 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 NAVICP-MECH Contracting Officer has 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, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government
evaluation. When notifying the Procurement 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 ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number.
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.
3.6 Qualification Requirements - This item contains components that must be manufactured by a Government Qualified Products List (QPL) supplier.
3.7 Non-Magnetic Inspection shall be in accordance with MIL-DTL-19595.
3.8 ;Drawing 8179254,is for the aluminum Knob assembly (2 bags of six, twelve total)if this drawing is required to complete demolition case, the ISEA currently can only provide a draft. Please contact Philip Vass, philip.r.vass.civ@us.navy.mil for draft.;
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 First Article Test/Inspection (Government) - The Contractor shall deliver ;5; unit(s) to ;NSWCIHEODTD 2008 Stump Neck road, Indian Head, MD. ATTN: Phil Vass, 90 days upon receipt of material.; for First Article Tests in accordance with the ;Normal QA
actions will be performed by NSWCIHEODTD ISE Phil Vass.; .
4.5 Production Lot Test - The Contractor shall deliver ;all; unit(s) to ;NAVAL SURFACE WARFARE CENTER INDIAN HEAD EXPLOSIVE ORDNANCE DISPOSAL TECHNOLOGY DIVISION INDIAN HEAD, MD 20640-5070, ATTN Charles Legagneux.; for 100% production lot testing in
accordance with ;For all specification for drawing 8179186 and all other associated specification.; .
Upon satisfactory completion of the production lot test, the Government facility shall prepare and package the unit(s) for transshipment to final shipment destination(s) in accordance with the requirements of this contract/purchase order.
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 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.
6.2 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.
6.3 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.
6.4 ; All vendors are required to submit Material C of C's on all First Article (FA) and Production Lot Testing (PLT) materials arriving for final acceptance inspection.;
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
  • Nov 25, 2022 03:53 am ESTSolicitation (Original)

Related Document

Dec 1, 2022[Solicitation (Updated)] CASE,DEMOLITION CHA

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >