SOLICITATION NOTICE
59 -- 59--CABLE ASSY,ETHERNET
- Notice Date
- 5/10/2021 12:20:27 AM
- Notice Type
- Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
- ZIP Code
- 17050-0788
- Solicitation Number
- N0010421QDB51
- Response Due
- 6/7/2021 12:00:00 AM
- Archive Date
- 06/22/2021
- Point of Contact
- Telephone: 7176055805
- E-Mail Address
-
JULIE.SMITH2@NAVY.MIL
(JULIE.SMITH2@NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N712.24|AE2|717-605-5805|julie.smith2@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|6|x|||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoicing and receiving report (COMBO)||To Be Determined|N00104|To Be Determined|To Be Determined|See schedule|See schedule|||To Be Determined|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|335931|500|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| 1. 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. 2. NO DRAWINGS OR TECHNICAL DATA ARE AVAILABLE FOR THIS ITEM. 3. DELIVERY DAYS_________ARO. 4. NOTICE TO SURPLUS/NEW SURPLUS/NEW MANUFACTURED SURPLUS SUPPLIERS: SUBMISSION OF YOUR QUOTE WITHOUT A SURPLUS CERTIFICATE WILL NULL AND VOID YOUR QUOTE. A SURPLUS MATERIAL CERTIFICATE MUST ACCOMPANY ALL QUOTES FOR SURPLUS/NEW SURPLUS/NEW MANUFACTURED. IF SUBMITTING QUOTE VIA EDI, A FAXED OR SCANNED COPY MUST BE SENT TO THE BUYER. 5. WHEN SUBMITTING QUOTES VIA EDI, MAKE SURE YOU SPECIFY ANY EXEPTIONS (I.E. MIL SPECS/STANDARDS, PACKAGING, I&A, PACKAGING HOUSES ETC) OR FOLLOW UP WITH A HARDCOPY OF THE EXCEPTIONS. IF NOTHING IS INDICATED OR RECEIVED, AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FOR CHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEUCTED ON MODIFICATIONS. 6. IF SUPPLIES WILL BE PACKAGED AT A LOCATION DIFFERENT FROM THE OFFEROR ADDRESS, THE OFFEROR SHALL PROVIDE THE NAME AND STREET ADDRESS OF THE PACKAGING FACILITY. 7. IF YOU ARE NOT THE MANUFACTURER OF THE MATERIAL YOU ARE OFFERING, YOU MUST STATE WHO THE OEM IS (CAGE CODE) AND THE PART NUMBER YOU ARE OFFERING. 8. PLEASE PROVIDE AN EMAIL ADDRESS FOR FOLLOW UP COMMUNICATIONS. IT IS RECOMMENDED THAT VENDORS PROVIDE CONTACT INFORMATION TO NAVSUP WSS MECHANICSBURG IN ORDER TO RECEIVE AUTOMATED NOTIFICATIONS FROM NAVY ELECTRONIC OMMERCE ONLINE (NECO) WHEN CONTRACTS/MODIFICATIONS ARE ISSUED BY DLA MARITIME MECHANICSBURG AND POSTED ON EDA. TO RECEIVE THESE NOTIFICATIONS, CONTACT: AVSUPWSS CODE 025, PROCUREMENT SYSTEMS DESIGN AND CONTRACT SUPPORT DIVISION VIA EMAIL AT NAVSUPWSSITIMPHELPDESK@NAVY.MIL. PLEASE INCLUDE THE FOLLOWING INFORMATION WITH YOUR REQUEST: CAGE CODE, COMPANY NAME, ADDRESS AND POC WITH PHONE NUMBER AND EMAIL ADDRESS. CONTRACTORS CAN VIEW THEIR ORDERS, CONTRACTS AND MODIFICATIONS AT THE ELECTRONIC DOCUMENT ACCESS (EDA) WEB TOOL. THIS WEB TOOL IS LOCATED AT THE WIDE AREA WORKFLOW (WAWF) WEBSITE. IT IS RECOMMENDED THAT THE CONTRACTOR R EGISTER FOR EDA AT HTTPS://WAWF.EB.MIL/. CLICK ON NEW USER AND REGISTRATION 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 CABLE ASSY,ETHERNET . 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. 2.2 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 ;Requests for additional government-owned documents should be submitted in writing to the contract officer responsible for the applicable order. Release of drawings or other documents will be approved and handled by the technical community for the system.; DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Design, Manufacture, and Performance - Except as modified herein, the CABLE ASSY,ETHERNET furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;6387317, part number 6387317-9; cage ;53711; . 3.2 First Article Approval (Contractor Testing) - First Article Test (FAT) and approval is required. 3.3 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.4 Production Lot Approval (Contractor Testing) - Production Lot Test and approval is required. 3.5 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. 3.6 Marking - This item shall be physically identified in accordance with MIL-STD-130. 3.7 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. 3.8 Soldering - The requirements for soldered electrical and electronic assemblies shall conform to IPC J-STD-001, Class ;3; . 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 First Article Test/Inspection (Contractor) - The Contractor shall conduct ;Non-destructive; First Article Test/Inspection on ;one; unit(s) in accordance with requirements ;for acceptance of material called out in drawings; . 4.3 First Article Compatibility Test (Government) - Upon satisfactory completion of the First Article Test/Inspection by the Contractor, ;one; unit(s) shall be shipped to ;NSWC-PHD, MK41 VLS group; for compatibility test to assure satisfactory, form, fit and function within the applicable end item or system. Government First Article Compatibility Test shall consist of ;destructive; testing. If the testing is nondestructive, the first article sample ;will; be returned.// 4.4 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.5 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.6 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. 4.7 ;First Article Test/inspection report- the contractor shall prepare and submit a report in accordance with the Contract data Requirements List (DD Form 1423) The report shall be approved prior to production.; 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. Manufacturing sources interested in becoming qualified for support of future requirements for this item should submit their interest in writing to the Contract Officer, to include a summary of the company's applicable capabilities. This will be forwarded to the appropriate point of contact at NSWC, PHD for evaluation. 6.2 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. SEE SECTION F OF THIS SOLICITATION FOR TRANSPORTATION INF ORMATION DATE OF FIRST SUBMISSION=ASREQ Block 12 - Submit for approval prior to production. Block 14A - The deliverable item specified as information copy shall be boldly marked as ""Information Only"". Block 14 - Port Hueneme Division, Naval Surface Warfare Center, ;MK 41 VLS Engineering Activity ; ,Port Hueneme, CA 93043-5007. DATE OF FIRST SUBMISSION=045 DAC Block 12 - Submit for approval prior to production. Block 14A - The deliverable item specified as information copy shall be boldly marked as ""Information Only"". Block 14 - Port Hueneme Division, Naval Surface Warfare Center, ;MK 41 VLS Engineering Activity ; ,Port Hueneme, CA 93043-5007. DATE OF FIRST SUBMISSION=ASREQ 100% INSPECTION IS REQUIRED DATE OF FIRST SUBMISSION=ASREQ ;GOVERNMENT COMPATIBILITY TESTING TO BE COMPLETED 45 DAYS FROM RECEIPT OF FAT UNIT / TEST REPORT FROM CONTRACTOR. ; DATE OF FIRST SUBMISSION=ASREQ Request for Waiver- Prior submission Based on past successful delivery of material on contracts
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/712193a5b64149a788f6d94e728633bf/view)
- Record
- SN05997052-F 20210512/210511201422 (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 |