TOOL KIT,EXPLOSIVE

From: Federal Government(Federal)
N0010424QXC37

Basic Details

started - 05 Apr, 2024 (25 days ago)

Start Date

05 Apr, 2024 (25 days ago)
due - 06 May, 2024 (in 6 days)

Due Date

06 May, 2024 (in 6 days)
Bid Notification

Type

Bid Notification
N0010424QXC37

Identifier

N0010424QXC37
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709598)DEPT OF THE NAVY (157045)NAVSUP (79173)NAVSUP WEAPON SYSTEMS SUPPORT (58878)NAVSUP WSS MECHANICSBURG (32078)NAVSUP WEAPON SYSTEMS SUPPORT MECH (32074)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CONTACT INFORMATION|4|N774.3|BV4|717-605-3918|russell.w.kreider.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|ISO9001| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report (Combo)||To Be Determined |N00104|To Be Determined|To Be Determined|See Schedule|To Be Determined|See Schedule||To be determined|||||| 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 (FEB2024))|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|365 days after contract award date | NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A,
ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|x|x|||||||||||| 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|333998|700|x|x|||||||||| 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. ^^ A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to RUSSELL.W.KREIDER.CIV@US.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 contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. E. Only a Firm-Fixed Price (FFP) will be accepted. F. Must adhere to IUID requirements of DFARS 252.211-7003 G. 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. H. 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) I. 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. EVALUATION FACTORS: Evaluation Utilizing Simplified Acquisition Procedures The Government will issue an order resulting from this Request for Quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and a non-price factors. The following factors will be used to evaluate quotations: 1) Price. 2) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management, and customer satisfaction. 3) Supplier Performance Risk as described in DFARS 252.204-7024. (End of provision) Quotes shall be received no later than the date specified in the solicitation in order to be considered. J. OPTIONS PROSPECTIVE OPTION QUANTITY UP TO 100% NOTES: The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, The government requests up to a 100% (10 EA) option for a period of 365 days. The option grants the Government the unilateral authority to increase this order up to the above quantity within 365 days of the contract award date. This will incorporate FAR Clause 52.217-6 (Option for Increased Quantity) into the award. 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. A modification will be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% option quantity for the contract. Yes ____ or No ____ Or if you request a variation to the option please let me know in your quote. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TOOL KIT,EXPLOSIVE , part of the ;MK2 MOD1 (EOD) Tool Kit; . 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=2112847 |10001| T| |C|0001 | T|49998|0155149 DRAWING DATA=2112848 |10001| M| |C|0001 | M|49998|0112927 DRAWING DATA=2113308 |10001| G| |C|0001 | G|49998|0187037 DRAWING DATA=2113309 |10001| D| |C|0001 | D|49998|0167355 DRAWING DATA=2150749 |53711| L| |C|0001 | L|49998|0049917 DRAWING DATA=2150974 |10001| C| |C|0001 | C|49998|0080993 DRAWING DATA=2150975 |10001| D| |C|0001 | D|49998|0115320 DRAWING DATA=2150976 |10001| C| |C|0001 | C|49998|0086315 DRAWING DATA=2150990 |10001| D| |C|0001 | D|49998|0069322 DRAWING DATA=2150994 |10001| C| |C|0001 | C|49998|0075832 DRAWING DATA=2151000 |10001| C| |C|0001 | C|49998|0076302 DRAWING DATA=2151002 |10001| C| |C|0001 | C|49998|0077809 DRAWING DATA=2151003 |10001| C| |C|0001 | C|49998|0117709 DRAWING DATA=2151004 |10001| E| |D|0001 | E|49998|0081279 DRAWING DATA=2151005 |10001| E| |C|0001 | E|49998|0133403 DRAWING DATA=2151006 |10001| E| |C|0001 | E|49998|0129237 DRAWING DATA=3028534 |53711| D| |C|0001 | D|49998|0084908 DRAWING DATA=3208271 |10001| F| |C|0001 | F|49998|0141348 DRAWING DATA=3208400 |53711| C| |D|0001 | C|49998|0148015 DRAWING DATA=5206344 |53711| B| |C|0001 | B|49998|0097063 DRAWING DATA=5564102 |19204| D| |C|0001 | D|49998|0108472 DRAWING DATA=5761997 |19200| 0| |C|0001 | 0|49998|0073916 DRAWING DATA=7553296 |19200| K| |A|0001 | K|49998|0129910 DRAWING DATA=7553297 |19200| E| |C|0001 | E|49998|0113771 DRAWING DATA=7553297 |19200| H|FN |D|0001 | H|49998|0175895 DRAWING DATA=7553297 |53711| -|DW |C|0001 | -|49998|0089213 DRAWING DATA=7553297 |53711| -|DW |C|0002 | -|49998|0039230 DRAWING DATA=7553297 |53711| -|DW |C|0003 | -|49998|0036128 DRAWING DATA=7553297 |53711| -|DW |C|0004 | -|49998|0045145 DRAWING DATA=7553297 |53711| -|DW |C|0005 | -|49998|0033394 DRAWING DATA=7553298 |19200| M| |A|0001 | M|49998|0132424 DRAWING DATA=7553299 |19200| D| |D|0001 | D|49998|0108120 DRAWING DATA=7553300 |19200| J| |A|0001 | J|49998|0067515 DRAWING DATA=7553301 |19200| E| |A|0001 | E|49998|0046541 DRAWING DATA=7553302 |19200| F| |A|0001 | F|49998|0059471 DRAWING DATA=7553303 |19200| E| |A|0001 | E|49998|0056145 DRAWING DATA=7553304 |19200| E| |A|0001 | E|49998|0059044 DRAWING DATA=7553305 |19200| E| |A|0001 | E|49998|0036212 DRAWING DATA=7553306 |19200| F| |A|0001 | F|49998|0061340 DRAWING DATA=7553307 |19200| A| |D|0001 | A|49998|0045305 DRAWING DATA=7553308 |19200| E| |A|0001 | E|49998|0039196 DRAWING DATA=7553309 |19200| G| |A|0001 | G|49998|0042377 DRAWING DATA=7553310 |19200| G| |A|0001 | G|49998|0032859 DRAWING DATA=7553311 |19200| F| |A|0001 | F|49998|0041004 DRAWING DATA=7553312 |19200| F| |A|0001 | F|49998|0048682 DRAWING DATA=7553313 |19200| E| |A|0001 | E|49998|0048480 DRAWING DATA=7580052 |19200| H| |A|0001 | H|49998|0040200 DRAWING DATA=795587 |10001| F| |C|0001 | F|49998|0095906 DRAWING DATA=795588 |10001| F| |C|0001 | F|49998|0089066 DRAWING DATA=8179556 |53711| B| |C|0001 | B|49998|0051797 DRAWING DATA=9347108 |19200| B| |A|0001 | B|49998|0036823 DOCUMENT REF DATA=MIL-STD-130 | | |N |071217|A| | | DOCUMENT REF DATA=MIL-STD-171 | | |F |110531|A| |01| DOCUMENT REF DATA=A-A-208 | | |D |131001|A| | | DOCUMENT REF DATA=MIL-P-265 | | |C |150930|A| | | DOCUMENT REF DATA=ASTM-A641-89 | | | |190810|A| | | DOCUMENT REF DATA=DOD-STD-2101 | | | |790510|A| | | DOCUMENT REF DATA=MIL-W-13855 | | |D |160510|A| 2| | DOCUMENT REF DATA=QPL-16173 | | | |230201|A| |01| DOCUMENT REF DATA=MIL-M-43719 | | |D |090406|A| | | DOCUMENT REF DATA=MS51955 | | |A |991118|A| | | DOCUMENT REF DATA=MIL-STD-100 | | |E |920303|A| |01| DOCUMENT REF DATA=ASTM-A108 | | | |181101|A| | | DOCUMENT REF DATA=MIL-PRF-121 | | |G |010430|A| | | DOCUMENT REF DATA=ASME-Y14.100 | | | |171114|A| | | DOCUMENT REF DATA=ASME-Y14.24 | | | |201023|A| | | DOCUMENT REF DATA=ASME-Y14.3M | | | |180203|A| | | DOCUMENT REF DATA=ASME-Y14.35M | | | |191020|A| | | DOCUMENT REF DATA=ASME-Y14.5.1M | | | |181114|A| | | DOCUMENT REF DATA=MIL-PRF-16173 | | |E |171019|A| | | |Y|76 |950228 DOCUMENT REF DATA=MIL-DTL-16232 | | |G |000107|A| | | DOCUMENT REF DATA=MIL-DTL-19595 | | |D |030211|A| | | DOCUMENT REF DATA=ASTM-D1974 | | | |220706|A| | | DOCUMENT REF DATA=AWS-C3.4 | | | |160917|A| | | DOCUMENT REF DATA=AWS-C3.5 | | | |990917|A| | | DOCUMENT REF DATA=AWS-C3.6 | | | |160101|A| | | DOCUMENT REF DATA=AWS-C3.7 | | | |220507|A| | | DOCUMENT REF DATA=ASTM-A322 | | | |200507|A| | | DOCUMENT REF DATA=ASTM-D4727 | | | |220502|A| | | DOCUMENT REF DATA=ASTM-D5118/D5118M | | | |221129|A| | | DOCUMENT REF DATA=ASTM-A519 | | | |231016|A| | | DOCUMENT REF DATA=ASTM-A575 | | | |200708|A| | | DOCUMENT REF DATA=ASTM-A576 | | | |231101|A| | | DOCUMENT REF DATA=ASTM-A6/A6M | | | |231101|A| | | DOCUMENT REF DATA=ASTM-B633 | | | |230109|A| | | DOCUMENT REF DATA=SAE-AMS6382 | | |S |231020|A| | | DOCUMENT REF DATA=SAE-AMS6415 | | |V |221122|A| | | DOCUMENT REF DATA=SAE-AMS-H-6875 | | |C |200902|A| | | DOCUMENT REF DATA=ASTM-A809 | | | |230315|A| | | DOCUMENT REF DATA=ASTM-A818 | | | |060315|A| | | DOCUMENT REF DATA=ASTM-A853 | | | |190715|A| | | DOCUMENT REF DATA=AMCA99 | | | |160106|A| | | DOCUMENT CHANGE DATA=DOD-P-16232 |MIL-DTL-16232 DOCUMENT CHANGE DATA=MIL-B-121 |MIL-PRF-121 DOCUMENT CHANGE DATA=MIL-B-7883 |AWS-C3.4.AWS-C3.5,AWS-C3.6,AWS-C3.7 DOCUMENT CHANGE DATA=MIL-C-16173 |MIL-PRF-16173 DOCUMENT CHANGE DATA=MIL-H-6875 |SAE-AMS-6875 DOCUMENT CHANGE DATA=MIL-P-16232 |DOD-P-16232 DOCUMENT CHANGE DATA=MIL-S-5000 |AMS6145,AMS6484 DOCUMENT CHANGE DATA=MIL-S-5626 |AMS6382,AMS6349 DOCUMENT CHANGE DATA=PPP-F-320 |ASTM-D4727 DOCUMENT CHANGE DATA=QQ-S-634 |ASTM-A108 DOCUMENT CHANGE DATA=QQ-S-637 |ASTM-A108 DOCUMENT CHANGE DATA=TT-E-490 |MIL-E-24635 3. REQUIREMENTS 3.1 ;On drawing 3208400 find numbers 1 and 7 will not be provided as GFM. It is the contractors responsibility to provide both items.; 3.2 ;Suggested source for the ammo box part number 7553296 is cage 13761, Brockway standard Inc. Atlanta GA. phone # (404) 587-0888; 3.3 Cage Code/Reference Number Items - The TOOL KIT,EXPLOSIVE furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;53711 3208400; 3.4 Marking - This assembly and its piece parts shall be physically identified in accordance with MIL-STD-130. 3.5 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.6 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.6.1 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. 3.7 Vendor Waivers/Deviations - Compliance with the delivery date and technical requirements of NAVICP-MECH Repair Part Material contracts is expected. As a cautionary note, seller intended use of any material which is not in full compliance with the specified contract technical requirements shall be identified as an exception in response to this solicitation. Request for delivery date extensions and waivers/deviations shall be accompanied by an explanation of the cause for the delay, or the reason for the requested nonconformance to this solicitation in the event the Procurement Contracting Officer (PCO) concurs with your request. Request for waivers/deviations shall provide justification for the requested change including an evaluation which demonstrates that proposed nonconformance will not affect the quality, form, fit, or function of the part. Requests for Waiver/Deviations shall be presented to the Government Quality Assurance Representative (QAR) for comment. (The QAR shall forward the request, with their comments, directly to the post award PCO within five working days after receipt.) 3.8 Non-Magnetic Inspection shall be in accordance with MIL-DTL-19595. 3.9 The contractor shall notify the Government testing activity ;30; days prior to shipment of material to be tested. 4. QUALITY ASSURANCE 4.1 ;All material items must pass dimensional requirements IAW tehnical drawing and they must meet Non-Magnetic Testing requirements in accordance with Mil-DTL-19595 prior to final acceptance (If applicable). Please include copies of material CERTS (certificate of conformance) on all material items within thetechnical drawing package that is submitted for final acceptance. All Mater ial Certs indicating material make up/composition should be included with the submittal of the manufactured material/receiving report.; 4.1.1 ;the suggested replacements for SAE-AMS-S-5000, are SAE-AMS6415 AND SAE-A,E6484,users are cautioned to evaluate these documents for their particular application before citing them as a replacement document.; 4.2 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. 4.3 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 First Article Test/Inspection (Government) - The Contractor shall deliver ;1; unit(s) to ;NAVAL SURFACE WARFARE CENTER INDIAN HEAD EXPLOSIVE ORDNANCE DISPOSAL TECHNOLOGY DIVISION INDIAN HEAD, MD 20640-5070:ATTN N42794 Terri Douglas 301.744.5776 or 301.744.1392; for First Article Tests in accordance with the ;The government has 90 days upon receipt of material to test and inspect the First Article units in accordance with drawing 3208400 and all other associated specifications and contract provisions. . 4.5 Visual, Dimensional, Mechanical Examination - Each TOOL KIT,EXPLOSIVE shall be 100% inspected in accordance with ;drawing 3208400; . 4.6 Production Lot Test - The Contractor shall deliver ;ALL; unit(s) to ;Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal TechnologyDivision (South Campus) 2008 Stump Neck Road, Indian Head, Md. 20640 Bldg.2195 Attn: Cory Legagneux; for 100% production lot testing in accordance with ;requirements of drawing 3208400, and all associated drawings and specifications; . 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 ;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.; 6.1.1 ;First Article can be waived upon request if the vendor has successfully manufactured NIIN: 010293190 in the past. The awarded vendor must submit an official request to waive First Article Testing to the final acceptance activity (N42794) by way of NAVSUP's contracting officer. ; 6.2 Source Control Drawings (SCD) - Awards for an item described on the SCD will be made only to the vendor(s) listed on the SCD. A substitute item is not authorized without prior testing and approval by ;Naval Explosive Ordnance Disposal Technology Center, Code 45, Indian Head, Md, 20640-5070; . Contractors are cautioned that award of this contract/purchase order will not be delayed solely for the purpose of approving additional sources. Contractors desiring to provide a substitute item are urged to contact the government activity designated above to arrange for testing and, if approved, added to the SCD as an approved source of supply for subsequent procurements. 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. 6.4 NOTE TO GOVERNMENT TESTING FACILITY - Upon completion of the Government tests cited under Section 4, Quality Assurance, a letter stating approval/disapproval of the testing performed shall be mailed within 5 days to the Naval Inventory Control Point, Attention: Procurement Contracting Officer, identified in this contract/purchase order, 5450 Carlisle Pike, P.O. Box 2020, Mechanicsburg, Pa. 17055-0788. 6.5 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. "J. OPTIONS PROSPECTIVE OPTION QUANTITY UP TO 100% NOTES: The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, The government requests up to a 100% (10 EA) option for a period of 365 days. The option grants the Government the unilateral authority to increase this order up to the above quantity within 365 days of the contract award date. This will incorporate FAR Clause 52.217-6 (Option for Increased Quantity) into the award. 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. A modification will be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% option quantity for the contract. Yes ____ or No ____ Or if you request a variation to the option please let me know in your quote. "
Also Search For

Location

Country : USA

Classification

naicsCode 333998All Other Miscellaneous General Purpose Machinery Manufacturing
pscCode 1385Surface Use Explosive Ordnance Disposal Tools and Equipment