Description
CONTACT INFORMATION|4|N774.18|PFB|SEE EMAIL|STEPHANIE.R.PEREZ1@NAVY.MIL| 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||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS
(NOV 2023)|13|||||||||||||| 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 (MAY 2024)|13|334290|800 EMPLOYEES|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
STEPHANIE.R.PEREZ1@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 acceptance prioor 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). -
Delivery Vehicle (If Delivery Order requested)(e.g. if your CAGE has a current BOA/IDIQ) 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 SYNTHESIZER ASSY . 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. DOCUMENT REF DATA=MIL-STD-129 | | |R |180524|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The SYNTHESIZER ASSY
furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;15055 6868058-1; 3.2 Marking - This item shall be
physically identified in accordance with ;MIL-STD-129, REV R, 24 MAY 2018; . 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 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 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 4.1
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. 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.