TILE,RUBBER

expired opportunity(Expired)
From: Federal Government(Federal)
N0010424QUD89

Basic Details

started - 03 Apr, 2024 (1 month ago)

Start Date

03 Apr, 2024 (1 month ago)
due - 03 May, 2024 (Yesterday)

Due Date

03 May, 2024 (Yesterday)
Bid Notification

Type

Bid Notification
N0010424QUD89

Identifier

N0010424QUD89
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710914)DEPT OF THE NAVY (157270)NAVSUP (79292)NAVSUP WEAPON SYSTEMS SUPPORT (58972)NAVSUP WSS MECHANICSBURG (32131)NAVSUP WEAPON SYSTEMS SUPPORT MECH (32127)
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|N711.10|GA3|717-605-1318|JORDAN.D.BURT.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26|X||||||||||||X|||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO |N/A|TBD|N00104|TBD|TBD|W25G1U|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (FEB2024))|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 (FEB 2024)|13|334511|1,350|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| 1. WHEN SUBMITTING QUOTES, MAKE SURE YOU SPECIFY ANY EXCEPTIONS, I.E. MIL-STDPACKAGING, MIL-STD LABELING, INSPECTION AND ACCEPTANCE LOCATIONS, PACKAGINGHOUSES, SURPLUS MATERIAL, ETC. IF NO EXCEPTIONS ARE INDICATED OR RECEIVED,AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FORCHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEDUCTED FROM UNIT PRICE. 2. IF SUPPLIES WILL BE PACKAGED AT A LOCATION DIFFERENT FROM THE OFFERORADDRESS, THE OFFEROR SHALL PROVIDE THE NAME, STREET ADDRESS AND CAGE CODE OFTHE PACKAGING FACILITY. 3. PLEASE DO NOT INCLUDE SHIPPING COSTS. SHIPPING/TRANPORTATION ASSITANCE WILL BE IN ACCORDANCE WITH WSSTERMFZ02. 4. IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUSTSTATE WHO THE MANUFACTURER IS (NAME & CAGE CODE) AND BE ABLE TO PROVIDETRACEABILITY INFORMATION IF REQUESTED. EXAMPLES OF TRACEABILITY DOCUMENTATIONINCLUDE BUT ARE NOT LIMITED TO THE FOLLOWING: PURCHASE ORDER/INVOICE BETWEENYOU AND THE MANUFACTURER IDENTIFYING THE PART NUMBER, REVISION LEVEL ANDQUANTITIES & MANUFACTURER'S PACKING SLIP OR CERTIFICATION IDENTIFYING THE PARTNUMBER, REVISION LEVEL AND QUANTITIES. 5. SOURCE INSPECTION IS REQUIRED FOR THIS ITEM. PLEASE PROVIDE ANY ADDITIONALCOSTS ASSOCIATED WITH SOURCE INSPECTION INTO YOUR UNIT PRICE. 6. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS,DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THIS PROCUREMENT ARE CONSIDEREDTO BE "ISSUED" BY THE GOVERNMENT WHEN COPIES ARE EITHER DEPOSITED IN THE MAIL,TRANSMITTED BY FAX, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH ASEMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTESBILATERAL AGREEMENT TO "ISSUE" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. 7. THE RESULTANT AWARD OF THIS SOLICITATION WILL BE ISSUED BILATERALLY, REQUIRING THE CONTRACTOR'S WRITTEN ACCEPTANCE PRIOR TO EXECUTION. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TILE,RUBBER . 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. 2.2 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;SECRET; DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=ISO 9001 | | | | |A| | | DOCUMENT REF DATA=ISO 9002 | | | | |A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |961001|A|2 | | 3. REQUIREMENTS 3.1 ;THE TILE, TYPE 3R, HALF ROUND, 4.5 INCH, "PAINT NOT REQUIRED", RADAR ABSORBING MATERIAL (RAM), PART NUMBER 7338390-2, DESIGN CONTROL ACTIVITY CAGEC: 34008, FURNISHED UNDER THIS CONTRACT/PURCHASE ORDER SHALL BE IAW WITH DWG 7338390, MATERIAL SPECIFICATION, 7538395, REV B, AND PHS&T 7538398. THESE DRAWINGS AND MATERIAL SPECIFICATIONS ARE NOT FURNISHED AS PART OF THIS SOLICITATION. THE PRIOR APPROVED SOURCES ALREADY HAVE THESE DRAWINGS AND SPECIFICATIONS IN THEIR POSSESSION.; 3.1.1 ;This contract/purchase order serves as the procurement vehicle to acquire Radar Absorbing Material (RAM) in the form of Type 3R materials for installation on-board U.S. Navy ships. The design of the RAM material is a Navy design and will not be allowed to be sold, marketed or in any way transferred to other commercial or Government sources without written consent of Naval Sea Systems Command (NAVSEA 05T1). All materials manufactured for this contract/purchase order will be manufactured in accordance with the Material Specification Type 3R (Unclassified and Classified), document number 7538395. Additionally, materials will need to be manufactured IAW their respective drawings. Type 3R materials will be installed on U.S. Navy ships. During this time, the material will be exposed to a shipboard environment that will include significant fluctuations in humidity and temperature, the corrosive effects of salt spray and the damage caused by UV exposure.; 3.2 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. 3.3 ;The contractor shall manufacture all Type 3R material to meet all the requirements in the Material Specification Type 3R (Unclassified and Classified). In the event that there is a conflict between the text of this contract/purchase order and the refernces and/or drawings cited herein, the material specification shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained.; 3.4 ;Assignment of Serial Numbers - All materials will be assigned a sequential serial number at the completion of the fabrication phase. The assignment shall be done prior to performing any electrical testing or other type of testing. If the contractor observes any obvious cosmetic problems, they have the option to remove the material prior to performing either environmental or electrical testing, but this material shall still receive a serial number. The contractor shall be required to submit a report listing the serial numbers of the materials, method of failure and the certification of destruction IAW Contract Data Requirements List (CDRL), DI-S-30591, every Six (6) months.; 3.5 ;Assignment of Lot Numbers - Lot size is defined as 1000 Type 3R tiles, plus twenty (20), ordered on a given task order. Lot numbers shall be associated with each item.; 3.6 ;Post-Production - When the Government takes delivery of the material, all requirements must be met.; 3.7 ;ECPs, Waivers and Deviations - (FAR 46.102/46/407): All critical, major and minor Waivers and Deviations will be written on DD 1694 Forms. The request will be submitted for review and approval/disapproval by PHD NSWC.; 3.8 ;Production Lot Test Procedures are required as specified in the Contract Data Requirements List (CDRL) DI-NDTI-80603.; 3.8.1 ;The Production Lot Test Procedure shall be submitted and approved by PHD NSWC, S13 prior to commencing production.; 3.9 ;Special Test Equipment: Special test Equipment is required per the Material Specification (7538395) and is not furnished by the Government.; 3.10 ;Special Marking, Packaging and Serial Number Requirements: Special marking, Packaging and Serialization are required by the PCMS, Packaging, Handling, Storage and Transportation Instruction (PHS&T), Drawing No. 7538398 and NAVSEA Drawing Number 7338390.; 3.11 ;Security Form DD 254 (Far 53.204-1a): Classified testing is required per the Material Specification. This material requires strict accountability, any loss of this material that can not be reconciled shall be reported to PHD NSWC, Code S13. Reasonable operational security will be taken to ensure that only authorized personnel are allowed access to this material and data. ONLY U.S. CITZENS are authorized to accomplish and partake in the manufacture, packaging, handling, storage and transportation of this material. In addition a Non-Disclosure statement must be signed, and returned to the PCO prior to receiving technical data/specifications from the ISEA.; IF THE CONTRACTOR CHANGES LOCATIONS OF THE THEIR MANUFACTURING FACILITY OR GOES THROUGH GREATER THAN 50% TURNOVER IN PERSONNEL IN LESS THAN 2 MONTHS TIME, THE GOVERNMENT HAS THE UNILATERAL RIGHT TO REQUIRE REQUALIFICATION OF THE NEW MATERIAL AND MANUFACTURING PROCESS AND NO DELAYS TO THE AGREED UPON DELIVERY SCHEDULE WILL BE PERMITTED. IF THE CONTRACTOR CANNOT COMPLY WITH THESE REQUIREMENTS THE GOVERNMENT HAS THE RIGHT TO TERMINATE THE CONTRACT FOR DEFAULT PURSUANT TO FAR CLAUSE 52.249-8. 3.12 Security Clearance Required - This contract/purchase order requires the Contractor to have a Government Security Clearance in accordance with the attached Contract Security Classification Specification (DD Form 254). 4. QUALITY ASSURANCE 4.1 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. 4.2 ;Production Lot - Production Lot Acceptance Testing: Suppliers must perform 100% electrical testing as stated in the Material Specification (7538395). The Government reserves the right to review and audit the suppliers approved written Production Procedures and witness any Production Testing so stipulated in the approved written procedures. After each acceptable production lot run of (2000 Ea. plus 20), suppliers will submit test specimen samples (1% of 2000 Ea.) and electrical test data, in accordance with the CDRLs, as specified elsewhere in this contract/purchase order. Serial numbers of each tile tested shall be annotated on the test report. Sample size of 1% may be decreased to .25% after completion of the first two (2) production lots at the discretion of the Government.; TYPE 3R VISUAL INSPECTION PROCEDURE SHALL BE SUPPLIED BY THE ISEA TO THE SUCCESSFUL CONTRACTOR AT TIME OF AWARD TO AID THE QUALITY ASSURANCE DEPARTMENT TO ESTABLISH VISUAL INSPECTION/GENERAL WORKMANSHIP CRITERIA FOR THE TYPE 3R TILES. THE HARD COPY DOCUMENT TITLED "TYPE 3R VISUAL INSPECTION PROCEDURE" LATEST REVESION IN EFFECT AT TIME OF AWARD SHALL BE UTILIZED. THE GOVERNMENT WILL HAVE A COMPLETED TEST REPORT WITHIN 60 DAYS OF RECEIPT OF THE SAMPLES AND SUBSEQUENT ELECTRICAL TEST REPORT FOR EACH PRODUCTION LOT FROM THE CONTRACTOR. 4.2.1 ;These samples and data will be used for Compatibility Test evaluation by PHD. A written Compatibility Test Report will be submitted to the Procuring Contracting Officer (PCO), by PHD. The PCO will communicate the report results to the supplier, notifying them of its findings.; 4.2.2 ;Electrical Testing: The contractor shall comply with all the requirements of the material specification identified in paragraph 2. Any variance to the procedures identified in this document must have prior written approval from the Government. Additionally, the contractor must comply with the following test requirements: Material is to be tested only one time in the 0 and 90 degree orientation or parallel and perpendicular polarizations. If the material does not meet the required performance levels identified in the material specification, the material is to be set aside without further testing. During this time the contractor may choose to re-work or condition the material. After re-work or conditioning, the contractor may test the material again to see if it is now within the specification requirements. If the material still does not meet the minimum requirements of the electrical specifications it must be set aside and not tested further. The last set of test results for this tile will be considered it's final test result. The contractor may contact the Government to discuss the disposition of the material. This testing specifically precludes multiple (more than 2 test) to try to get the material to meet the required minimum requirements.; 4.3 Production Lot Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). 4.4 Production Lot Test Approval - Production Lot Test approval is required prior to shipment of the Production Lot. 4.5 ;ISO 9001 is required to be maintained and be current, for the purpose of maintaining engineering source approval. DCMA's only need to verify that the ISO 9001 Certificate is current. Approved sources must provide a PDF copy of their ISO 9001 certificate when renewed or recertified, to the appropriate ISEA. ; MATERIAL FAILURE ADJUDICATION: IF THE MATERIAL IS FOUND TO BE NON-COMPLIANT WITH THE MATERIAL SPECIFICATION, THE CONTRACTOR SHALL BE REQUIRED TO CONDUCT A FAILURE ANALYSIS AND SHALL TAKE ALL NECESSARY ACTIONS TO REMEDIATE THE FAILURE AT NO COST TO THE GOVERNMENT. ANY SUCH FAILURE(S) SHALL BE REPLACED OR RECONDITIONED BY THE CONTRACTOR TO MEET ALL REQUIREMENTS IDENTIFIED IN THE MATERIAL SPECIFICATION AT NO COST TO THE GOVERNMENT. THE GOVERNMENT HAS THE RIGHT TO RETEST THE REPLACED OR RECONDITIONED MATRERIAL TO ENSURE COMPLIANCE WITH THE SPECIFICATION BEFORE ACCEPTING THE MATERIAL IN QUESTION. 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. 5.2 ;The marking requirements for both the Marking of Materials (MIL-STD-130) and the Outside Container Markings (MIL-STD-129) should be as follows: DOM: YY/MM/DD Inspect/Test Date: YY/MM; 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 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. DATE OF FIRST SUBMISSION=ASREQ ;Block 16 Block 5 - As specified by Naval Sea Systems Command drawing 7338390 and 7538395. Block 12 - Test procedures shall be submitted NLT 30 days after contract award. Approval or reason for disapproval shall be given NLT 30 days after received by PHD NSWC Code S13. Block 13 - NLT 30 days after disapproval. ; DATE OF FIRST SUBMISSION=ASREQ ;Block 16 Block 5 - Test reports shall be IAW Naval Sea Systems Command drawing 7338390 and 7538395. Block 12 - Test report shall be submitted NLT 15 days after completion of testing along with test samples to PHD NSWC Code S13.; DATE OF FIRST SUBMISSION=ASREQ ;Block 12 - Contractor shall submit a report listing the serial numbers of the material, method of failure and certification of destruction beginning six (6) months after the start of production and continuing at six (6) month intervals.;

P O BOX 2020 5450 CARLISLE PIKE  MECHANICSBURG , PA 17050-0788  USALocation

Office Address : P O BOX 2020 5450 CARLISLE PIKE MECHANICSBURG , PA 17050-0788 USA

Country : United StatesState : PennsylvaniaCity : Cumberland County

You may also like

58--TILE,RUBBER

Due: 07 May, 2024 (in 3 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 5840Radar Equipment, Except Airborne