Description
CONTACT INFORMATION|4|N7M2.18|EGC|SEE EMAIL|HELEN.I.CARMELO.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE
(AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X|||||||| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|4|30 DAYS|0001AB|3|30 DAYS|0001AC|3|30 DAYS|0001AD|7|30
DAYS|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||N00104|TBD|TBD|TBD|SEE SCHEDULE|SEE SCHEDULE|SEE
SCHEDULE||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| OPTION FOR INCREASED QUANTITY (MAR
1989)|1|365 DAYS| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| SMALL
BUSINESS PROGRAM REPRESENTATIONS (SEP 2023)|4||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED
END PRODUCTS(FEB 2021))|4||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|334419|750 EMP|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS,
AND ENRGY PROGAM USE (APRIL 2008))|2||X| Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for
a buy. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution. Verify nomenclature, part number, and NSN
prior to responding. Government source inspection is required. - Unit Price:__________ FIRM - Total Price:__________ FIRM - Procurement Turnaround Time (PTAT) :__________ - Awardee CAGE:
__________ - Inspection & Acceptance CAGE, if not at source:__________ - Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example)
:__________ Important Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide a letter/official email from the OEM confirming your company
is authorized an authorized distributor of their items. The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, the Government may
increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the
number of days in FAR 52.217-6 herein. Delivery of the added items shall contInue at the same rate as the like items called for under the contract, unless the parties otherwise agree. 1.
SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the ANTENNA,DIPOLE . 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. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The ANTENNA,DIPOLE furnished
under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;35736 AS-3226B-URC 35736 VD-91-00102; 3.2 Marking - This
item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 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 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
Manufacturers 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. 3.4 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 contractors 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 4.0.1 ;Suppliers currently using and maintaining Inspection System Requirements to
MIL-I-45208 are granted permission to utilize MIL-I-45208 if desired.; 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 Contractors 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 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. 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 manufacturers 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. 6 JUN 2019-PER ISEA
part number AS-3226B-URC is acceptable.