Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOLICITATION NOTICE

66 -- 66--TRANSMITTER,PRESSUR

Notice Date
5/11/2020 12:41:05 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM120QHB99
 
Response Due
6/8/2020 12:00:00 AM
 
Archive Date
06/23/2020
 
Point of Contact
Facsimile: 7175503231
 
E-Mail Address
KAROLINE.SCHMAL@DLA.MIL
(KAROLINE.SCHMAL@DLA.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and Receiving Report (combo).|N/A|TBD|SPRMM1|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| EQUAL OPPORTUNITY (SEP 2016)|2||| QUALIFICATION REQUIREMENTS (FEB 1995)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 DAYS| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|180 DAYS| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|X|X|X|||X|X||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014)|3|334513|500|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2019)|12|334513|500||||||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.) The proposed contract action is controlled by qualified products list (QPL) procedures. Competition for this part is limited to sources which are listed on or are qualified for listing on the QPL at the time of award (see FAR Part 9 and DFARS Part 209). All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. 2.) The North American Industry Classification System (NAICS) code for this acquisition is 334513 and the small business size standard is 500 employees. 3.) This Request for Quote (RFQ) is being issued to establish a firm-fixed price contract for quantity of thirty-seven (37) TRANSMITTER,PRESSURE, MANUFACTURE AND DESIGN: MIL-P-24212C/TYPE DESIGNATION: PGT-GP-200-G2, with a 100% Option to purchase an additional thirty-seven (37) TRANSMITTER,PRESSURE, MANUFACTURE AND DESIGN: MIL-P-24212CTYPE DESIGNATION: PGT-GP-200-G2. 4.) When submitting quotes, please specify any exceptions, I.E. MIL-STD packaging, MIL-STD labeling, inspection and acceptance locations, packaging houses, surplus material, etc. If no exceptions are indicated or received, the award will be based upon the solicitation requirements. Changes or request(s) for changes after award will have consideration costs deducted from the unit price. 5.) Source inspection is required for this item. Please provide any additional costs associated with source inspection into your unit price. 6.) All suppliers with the exception of the Original Equipment Manufacturer (OEM) shall provide complete traceability back to the OEM in accordance with local clauses DLATERMHZ01 C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY and DLATERMHZ03 L04 OFFERS FOR PART NUMBERED ITEMS (SEP 2016).Offers submitted without the required traceability documentation will be considered non-responsive and will be ineligible for award. 7.) Pricing for the RFQ shall be valid for 90 days after the closing date of the RFQ unless otherwise specified below. Please specify your quote validity (if other than 90 days) is _______________ days after the closing date of the RFQ. 8.) Interested parties may file an agency level protest with the contracting officer or may request an independent review by the Chief of the Contracting Office (CCO). Independent review by the CCO is an alternative to consideration by the contracting officer and is not available as an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer. Absent a clear indication of the intent to file an agency level protest with the CCO for independent review, protests will be presumed to be protests to the contracting officer. 10.) Points of Contact and Correspondence - All offerors responding to this announcement shall submit their offer along with any required documentation via email to the contracting officer by 4:30 PM EST on the closing date. Contract Specialist: Karoline Schmal (karoline.schmal@dla.mil) 11.) 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 as email. The Government's acceptance of the contractor's offer constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. 12.) Inspection shall occur at origin. Acceptance shall occur at origin. Delivery shall occur at origin. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TRANSMITTER,PRESSUR . 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. 2.1.2 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. 3. REQUIREMENTS 3.1 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 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 Manufacture and Design - The TRANSMITTER,PRESSUR furnished under this contract/ourchase order shall meet the material and physical requirements as specified in MIL-P-24212C and this contract/purchase order. The specific requirements are stated in the order cited in paragraph 6.2.1: A. Pressure Transducer Equipment (Electrical), MIL-P-24212C, Amend 2, 21 Aug 98 B. Type designation ;PGT-GP-200-G2; C. See Section ""C"", Applicable Documents D. Transducer pressure range ;PGT-GP-200-G2; E. Type of pressure connections as specified by paragraph 3.5.7 for 1/4 inch O.D. tube. F. As specified in para 4.5 G. See Section ""D"" of the contract/purchase order. Notes: 1. Offerer shall cite on this proposal or bid, Navy approved drawing number, part number, and type designation of item offered. (See para 1.2.1 of MIL-P-24212C) 2. A mating electrical plug shall be furnished in accordance with para 3.5.14. 3.3.1 ;The marking shall include the Type designation per para 1.2.1. of MIL-P-24212C referenced in the previous paragraph. ; 3.4 Soldering - Soldering shall conform to the requirements of MIL-STD-2000. 3.5 Configuration Control in accordance with MIL-STD-973 Short Form procedures - The requirements of MIL-STD-973 are hereby invoked in the contract/purchase order. The tailoring notes stated in the order cited in paragraph 6.2.1.3 are stated below: A. Considered, tailoring implemented B. Automated processing and submittal is not required. Interactive access to digital data is not required. C. Configuration audits are not required. D. Contractor's configuration management plan is not requried. E. Configuration terminology development documentation is required. F. Only paragraphs 5.3.3.2, 5.3.6.4, 5.3.6.7, 5.3.6.7.3 are required. G. FCD is not required. H. ACD and PCD is not required. I. Not Applicable (NA) to this contract/purchase order. J. NA to this contract/purchase order. K. NA to this contract/purchase order. L. Paragraph 5.3.6 with the exception of paragraph 5.3.6.5 and 5.3.6.7.1 are required. M. Paragraph 5.3.6.6 and 5.3.6.6.2 are required. N. Paragraph 5.3.6.6.1 is not required unless specifically cited elsewhere in Section ""C"" of this contract/purchase order. O. The marking requirement is stated elsewhere in Section ""C"" of this contract/purchase order. P. Interface requirements are as specified on the drawings provided with this contract/purchase order or the primary equipment performance MIL-SPEC or STD cited in Section ""C"" of this contract/purchase order. Q. NA to this contract/purchase order. R. All Class I changes to either a Government owned Configuration Identification (CI) or baseline configuration shall be submitted to the Procurement Contracting Officer for review and subsequent approval - conditional approval or disapproval. NDI, COTS, and PDI items previously accepted by the Government shall be submitted as above. This process does not excuse the contractor from initially offering to the Government an item which meets the minimum technical and operational requirements set forth in this contract/ purchase order. S. Preliminary Change Notices and Advance Change Study Notices are not required. T. NA to this contract/purchase order. U. and V. Class II Engineering Change Proposal (ECP) may be carried through provided the Government QAR reviews and concurs with the classification review which resulted in the ECP being classified as Class II. W. Paragraph 5.4.3 is required. X. Paragraph 5.4.4 is required. Y. NORS are not required for this contract/purchase order. Z. Short Form procedures are allowed. AA. Paragraph 5.5.2 is not required for this contract/purchase order. AB. Paragraph 5.5.7 is not required for this contract/purchase order. AC. Paragraph 5.5.8 is not required for this contract/purchase order. AD. Paragraph 5.6.2 is not required for this contract/purchase order. AE. Paragarph 5.6.3 is not required for this contract/purchase order. AF. Paragraph 5.4.2.2.3.2b is not required for this contract/purchase order. 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. 3.7 Qualification Requirements - This item contains components that must be manufactured by a Government Qualified Products List (QPL) supplier. 3.8 Qualification Requirements - The item furnished under this contract/purchase order shall be products which qualified for listing on Qualified Products List (QPL) ;24212; . Only those Offerors whose products have been approved for inclusion on the QPL will be considered. 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 Requirements - The supplier shall provide and maintain an inspection system acceptable to the Governmnet. The inspection system requirements shall be in accordance with MIL-I-45208. 4.5 Production Lot Test (Contractor) - The Contractor shall perform 100% production testing in accordance with ;Paragraph 4.4. of MIL-P-24212; . 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 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's 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. 6.2 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. 6.3 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/874035246e8a45aeaac03c39562cceeb/view)
 
Record
SN05653587-F 20200513/200511230212 (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.