Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2025 SAM #8621
SOLICITATION NOTICE

59 -- 59--BODY

Notice Date
7/2/2025 2:06:47 AM
 
Notice Type
Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010425QYK31
 
Response Due
8/1/2025 1:30:00 PM
 
Archive Date
08/16/2025
 
Point of Contact
Electronic Mail: TAYLOR.M.WEIDMAN2.CIV@US.NAVY.MIL
 
E-Mail Address
TAYLOR.M.WEIDMAN2.CIV@US.NAVY.MIL
(TAYLOR.M.WEIDMAN2.CIV@US.NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N741.P15|ER4|N/A|TAYLOR.M.WEIDMAN2.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORTS (COMBO)||N/A|ER4|N/A|N/A|N/A|N/A|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS MECHANICSBURG| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|1 YEAR AFTER DATE OF DELIVERY|45 DAYS AFTER DISCOVERY OF DEFECT||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)|1|| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334220|1250|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This procurement requirement is for quantity 2 BODY (NSN 1HM 5985 010877705 SQ). This requirement is 100 Percent set-aside for small businesses. The Government will issue an award resulting from this Request for Quotation (RFQ) to the responsible offeror whose quotation, conforming to the solicitation, results in the best value to the Government, considering both price and non-price factors. The following factors will be used to evaluate competitive offers received in response to this RFQ: 1.Price 2. Non-Price Factors 1. Delivery Lead Time. The proposed delivery lead times and schedules will be evaluated and the proposed delivery lead time considered to be in the best interest of the Government will be rated higher than other delivery lead times proposed. 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. All non-price evaluation factors, when combined, are approximately equal to price. 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. \ 1. SCOPE 1.1 ;This procurement specification contains the requirements for manufacture and the contract quality requirements for ;Body; for use on Navy submarines.; 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. 2.3 ;NAVSEA Tech Pub S9074-AR-GIB-010/278 Chg. A - 2/14/13. This note has been added due to its length it could not be added to document reference list.; 2.4 ;NAVSEA Tech Pub T9074-AS-GIB-010/271 Rev. 1 - 9/11/14. This note has been added due to its length it could not be added to document reference list.; DRAWING DATA=4491149 |53711| V| |D| | | | DOCUMENT REF DATA=MIL-STD-130N | | | |121116|A| |01| DOCUMENT REF DATA=ISO 9001 | | | |150915|A| | | DOCUMENT REF DATA=ISO 10012 | | | |030415|A| | | DOCUMENT REF DATA=MIL-STD-2035A | | | |950515|A| | | DOCUMENT REF DATA=NCSL Z540.3 | | | |060803|A| | | DOCUMENT REF DATA=FED-STD-H28/20B | | | |941221|A| |01| DOCUMENT REF DATA=MIL-I-45208A | | | |810724|A|1 | | DOCUMENT REF DATA=MIL-C-24707/3 | | | |890127|A| | | DOCUMENT REF DATA=ASTM A240/A240M | | | |250301|A| | | DOCUMENT REF DATA=ASME B46.1 2019 | | | | |A| | | DOCUMENT REF DATA=EIA-649C 2/19 | | | | |A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| 3. REQUIREMENTS 3.1 ;Design and Manufacturing - The ;Body; furnished under this contract/purchase order shall meet the material, physical and mechanical requirements as specified on Drawing 4491149, Item Number 7 including associated specifications mentioned in this procurement. ; 3.2 ;The supplier has the option to produce Item No. 7 under the requirements of drawing Note 13 (Casting Option) including adhering to all said requirements there too. The supplier shall perform nondestructive testing and inspection on ;Body No.7; in accordance with the requirements of NAVSEA Technical Publications S9074-AR-GIB-010/278 (Table XIII, Category 1, Subcategory D2), T9074-AS-GIB-010/271 and MIL-STD-2035 specified on Drawing 4491149, Note 13. ; 3.3 ;Marking Requirements - The supplier shall permanently mark and identify each production lot unit ;Body; in accordance with Notes 3 and 16 of Drawing 4491149 per MIL-STD-130; and shall ;tag or bag; each part with contract, heat and serial number per MIL-STD-130.; 3.4 ;Notification - The supplier shall notify Naval Surface Warfare Center, Philadelphia Division, (NSWCPD), 5001 S. Broad Street, Philadelphia, PA 19112-1403 by email matthew.j.ogilvie.civ@us.navy.mil, Code 242MO after award of contract.; 3.4.1 ;The NSWCPD is the acceptance activity for the Contract Data Requirements List (DD1423) Data Items. NSWCPD WAWF/IRAPT ;Acceptor; DODACC is ;N64498;.; 3.5 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.) 3.5.1 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. 3.6 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 contractor's 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 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 ;Inspection System - The Supplier's Quality Inspection System shall be in accordance with MIL-I-45208 or ISO 9001 and NCSL Z540.3 or ISO 10012. The supplier shall develop and submit their written Quality Inspection and Test Plan as indicated on the Contract Data Requirements List (DD Form 1423). Government approval of the supplier's written Quality Inspection and Test Plan is required by the contract. CDRL: QUALITY INSPECTION & TEST PLAN per MIL-I-45208, NCSL Z540.3 and DI-QCIC-81110 ; 4.5 ;Surface Roughness - All surface finishes are in RMS measurements. Where the degree of surface roughness is indicated, the surface shall be free from all visible imperfections as defined by Standard ASME B46.1. ; 4.6 ;Finishes Edges - Finished edges shall be in accordance with the applicable specification requirements.; 4.7 ;Threads - Threads shall be inspected in accordance with FED-STD-H28/20 System 21 requirements. Thread inspection shall include the measurement and recording of the major diameter for external threads and the minor diameter for internal threads.; 4.8 ;Material Control - The supplier shall have an effective material control system that provides for certified quantitative mill or industrial laboratory reports of chemical and physical analysis by heat, lot or batch for raw material ordered for production units. If the material(s) is subsequently heat-treated, a certification of physical analysis after heat treatment is also required for each heat, lot or batch. Also, where the applicable material specification calls out (e.g., corrosion resistance test, macro-etch test, etc.,) these test results shall also be reported on the applicable mill or industrial laboratory report. The physical analysis shall establish the following properties for metallic part: Ultimate Tensile Strength, Yield Strength and Elongation.; 4.9 ;Production Lot.; 4.9.1 ;Body (Machined from Plate ASTM A240/ASTM A240M):; 4.9.2 ;The supplier shall visually and physically inspect 100% the production lot units and record the actual measurements of each dimension and threads (the minor diameter for internal threads) identified on the applicable drawing. Threads shall be inspected 100% and results recorded.; 4.9.3 ;Casting Option (If Applicable/Body cast from MIL-C-24707/3.):; 4.9.4 ;The supplier shall visually and physically inspect 100% the production lot units (cast machined parts) and record the actual measurements of each dimension and threads (including the minor diameter for internal threads) identified on the applicable drawing. Threads shall be inspected 100% and results recorded.; 4.9.5 ;The supplier shall perform nondestructive testing inspection 100% on each cast machined part in accordance with their approved nondestructive testing procedure.; 4.9.6 ;For Casting Option Only - Nondestructive Testing (NDT) Procedure - The supplier shall prepare and submit a written nondestructive testing procedure for Visual/Liquid Penetrant inspection testing in accordance with NAVSEA Technical Publication T9074-AS-GIB-010/271 and Acceptance Standard MIL-STD-2035 including nondestructive test personnel qualifications per Tech Pub T9074-AS-GIB-010/271 as indicated on the Contract Data Requirements List (DD Form1423). Government approval of the NDT Visual/Liquid Penetrant Inspection Testing Procedure is required prior to commencement of production lot unit. CDRL: NDT VISUAL/LIQUID PENETRANT TESTING PROC per NAVSEA TECHNICAL PUB T9074-AS-GIB-010/271 and MIL-STD-2035; 4.10 ;Production Lot Testing/Inspection Report and Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the completed production units ;Body; testing/inspection reports in compliance with the applicable Data Item Descriptions (DIDs), NAVSEA Technical Publications (casting if applicable), drawing andspecifications. The Production Lot Testing/Inspection report shall consist of ;Certified Mill Certification; Visual/Dimensional Inspection Report; NDT Visual /Liquid Penetrant Inspection Report & Inspector Qualification Certification (casting if applicable) and Mercury Exclusion Certification; identified in the Objective Quality Evidence Records Section of this document, and as indicated on the Production Lot Test/Inspection (PLT) Contract Data Requirements List (DD Form 1423). Government approval of the production lot testing/ inspection report is required prior to shipment of production lot units. CDRL: PRODUCTION LOT TESTING/INSPECTION REPORT per DI-NDTI-80809B; 4.11 ;Production Lot Inspection/Acceptance - (Supplier Testing/Inspection). The supplier shall submit for the production lot units, the inspection and test reports identified in the Objective Quality Evidence Records Section of this document and as indicated on the Production Lot Testing/Inspection (PLT) Contract Data Requirements List (DD Form 1423). Government approval is required prior to shipment of production units. ; 4.12 ;Final Inspection and Acceptance - Final inspection and acceptance of production lots shall be made by the cognizant DCMA-QAR in conjunction with the Specific Government Inspection Instructions (SGIIs) furnished by NSWCPD. In addition to the normal DCMA surveillance, the production unit(s) shall be under the surveillance of NSWCPD Quality Assurance Specialist as required.; 4.13 ;Objective Quality Evidence Records - The supplier shall maintain Objective Quality Evidence Data (OQEDs) of raw material and finished parts. Records shall be traceable by drawing/item, heat, serial and contract number. All OQEDS shall be clearly legible including name and title. The supplier may provide exact (quality) photocopies of objective quality evidence records bein g delivered under this purchase order instead of originals.; 4.13.1 ;The supplier shall furnish a copy of the following OQEDs listed below and as indicated on the Contract Data Requirements List (DD Form 1423) for acceptance. The reports shall be correlated to the drawing/item, heat, serial and contract number. Supplier format is acceptable for the below listed CDRLs. a.Certified Quantitative Mill or Industrial Laboratory Certification (chemical and physical analysis).CDRL: CERTIFIED MILL CERTIFICATE per DI-MISC-82386 b. Visual/Dimensional Inspection Reports shall show all the characteristics, the actual measurement results of each dimension inspected including threads (also the minor diameter for internal threads) contract number, name of supplier, drawing/item number, drawing revision letter, heat and serial number of finished parts, item nomenclature and inspector?s acceptance signature and date. CDRL: VISUAL/DIMENSIONAL INSPECTION REPORT per DI-NDTI-80809B c. (Casting If Applicable) NDT Visual/Liquid Penetrant Inspection Testing Report shall be in accordance with NAVSEA Technical Publication T9074-AS-GIB-010/271. CDRL: NDT VISUAL/LIQUID PENETRANT INSPECTION TESTING REPORT per NAVSEA TECH PUB T9074-AS-GIB-010/271 d. (Casting If Applicable) NDT Inspector Qualification Certification of personnel performing visual/liquid penetrant nondestructive inspection testing in accordance with NAVSEA Technical Publication T9074-AS-GIB-010/271. CDRL: NDT VISUAL/LIQUID PENETRANT INSPECTOR CERTIFICATION per NAVSEA TECH PUB T9074-AS-GIB-010/271 e.Mercury Exclusion Certification (representing the contract units shipment) CDRL: MERCURY EXCLUSION CERTIFICATION per DI-MISC-82386; 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE DATE OF FIRST SUBMISSION=ASREQ ;;APPROVAL OF THE QUALITY INSPECTION PLAN BY NSWC PHILADELPHIADIVISION IS REQUIRED PRIOR TO PRODUCTION .; ;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A001. NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS ""N64498"".;; DATE OF FIRST SUBMISSION=ASREQ ;;VISUAL/LIQUID PENETRANT PROCEDURE SHALL BE IN ACCORDANCE WITHNAVSEA TECH PUB T9074-AS-GIB-010/271.; (CASTING IF APPLICABLE). ;APPROVAL OF THE PROCEDURE BY NSWC PHILADELPHIA DIVISION ISREQUIRED PRIOR TO COMMENCEMENT OF PRODUCTION LOT UNIT.; ;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A002.NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS ""N64498"".; ; DATE OF FIRST SUBMISSION=ASREQ ;;SUPPLIER FORMAT IS ACCEPTABLE.; ;PLT REPORT SHALL CONSIST OF THE OQED RECORDS LISTED IN CONTRACTSECTION E: CERTIFIED MILL CERTIFICATION; VISUAL/DIMENSIONALINSPECTION REPORT; NDT VISUAL/LIQUID PENETRANT INSP TEST REPORT &INSPECTOR QUALIFICATION (CASTING IF APPLICABLE) AND MERCURYEXCLUSION CERTIFICATION.; ;APPROVAL OF THE REPORT BY NSWC PHILADELPHIA DIVISION ISREQUIRED PRIOR TO SHIPMENT OF PRODUCTION LOT UNITS.; ;NSWCPD IS THE ACCEPTANCE ACTIVITY FOR CDRL DATA ITEM A003.NSWCPD WAWF/IRAPT ACCEPTOR DODACC IS ""N64498"".;;
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d9078370cd58492fa1190147634151ac/view)
 
Record
SN07497692-F 20250704/250702230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.