Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2024 SAM #8087
SOLICITATION NOTICE

48 -- ACTUATOR,HYDRAULIC-

Notice Date
1/16/2024 4:41:02 AM
 
Notice Type
Solicitation
 
NAICS
332919 — Other Metal Valve and Pipe Fitting Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010424QLB41
 
Response Due
1/25/2024 1:30:00 PM
 
Archive Date
02/09/2024
 
Point of Contact
Telephone: 7176051313
 
E-Mail Address
KARA.HALE@NAVY.MIL
(KARA.HALE@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N713.32|GHC|717-605-1313|KARA.K.HALE2.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|COMBO INVOICE AND RECEIVING||TBD|N00104|TBD|TBD|W25G1U|SEE SCHEDULE|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC (NOV2023))|5|||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2023))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|332919|750 # OF EMPLOYEES|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| The purpose of this Amendment is to add the Higher Level Inspection Clause 52.246-11 that was omitted from the Solicitation. All other terms and conditions remain unchanged. \ Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. 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. The Government is seeking a Repair Turnaround Time (RTAT) of: ________ Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Your quote should include the following information: QUOTE AMOUNT AND RTAT o Unit Price:__________ o Total Price:__________ o Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractor's facility as reflected in the Action Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Check one: Firm-fixed-Price ___ Estimated ___ NTE ___ Return Material Authorization # (RMA), if applicable:__________ Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION o Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material. IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the ACTUATOR,HYDRAULIC- . 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. DRAWING DATA=6397408 |53711| C| |A|0001 | C|49998|0111026 DRAWING DATA=6397408 |53711| C| |A|0002 | C|49998|0118636 DRAWING DATA=6397408 |53711| C| |A|0003 | C|49998|0142391 DRAWING DATA=6397408 |53711| C| |A|0004 | C|49998|0208918 DRAWING DATA=6397408 |53711| C| |A|0005 | C|49998|0241375 DRAWING DATA=6397408 |53711| C| |A|0005.A | C|49998|0050515 DRAWING DATA=6397408 |53711| C| |A|0006 | C|49998|0067907 DRAWING DATA=6397408 |53711| C| |A|0007 | C|49998|0067608 DRAWING DATA=6397408 |53711| C| |A|0008 | C|49998|0067863 DRAWING DATA=6397408 |53711| C| |A|0009 | C|49998|0069222 DRAWING DATA=6397408 |53711| C| |A|0010 | C|49998|0074289 DRAWING DATA=6397408 |53711| C| |A|0011 | C|49998|0065239 DRAWING DATA=6397408 |53711| C| |A|0012 | C|49998|0069859 DRAWING DATA=6397408 |53711| C| |A|0013 | C|49998|0073427 DRAWING DATA=6397408 |53711| C| |A|0014 | C|49998|0091929 DRAWING DATA=6397408 |53711| C| |A|0015 | C|49998|0105563 DRAWING DATA=6397408 |53711| C| |A|0016 | C|49998|0099773 DRAWING DATA=6397408 |53711| C| |A|0017 | C|49998|0110220 DRAWING DATA=6397408 |53711| C| |A|0018 | C|49998|0071921 DRAWING DATA=6397408 |53711| C| |A|0019 | C|49998|0060319 DRAWING DATA=6397408 |53711| C| |A|0020 | C|49998|0072085 DRAWING DATA=6397408 |53711| C| |A|0021 | C|49998|0051612 DRAWING DATA=6397408 |53711| C| |A|0022 | C|49998|0081751 DRAWING DATA=6397408 |53711| C| |A|0023 | C|49998|0052349 DRAWING DATA=6397408 |53711| C| |A|0024 | C|49998|0081047 DRAWING DATA=6397408 |53711| C| |A|0025 | C|49998|0053254 DRAWING DATA=6397408 |53711| C| |A|0026 | C|49998|0082632 DRAWING DATA=6397408 |53711| C| |A|0027 | C|49998|0054641 DRAWING DATA=6397408 |53711| C| |A|0028 | C|49998|0070455 DRAWING DATA=6397408 |53711| C| |A|0029 | C|49998|0049806 DRAWING DATA=6397408 |53711| C| |A|0030 | C|49998|0071412 DRAWING DATA=6397408 |53711| C| |A|0031 | C|49998|0050521 DRAWING DATA=6397408 |53711| C| |A|0032 | C|49998|0076499 DRAWING DATA=6397408 |53711| C| |A|0033 | C|49998|0052954 DRAWING DATA=6397408 |53711| C| |A|0034 | C|49998|0123838 DRAWING DATA=6397408 |53711| C| |A|0035 | C|49998|0133851 DRAWING DATA=6397408 |53711| C| |A|0036 | C|49998|0138006 DRAWING DATA=6397408 |53711| C| |A|0037 | C|49998|0124220 DRAWING DATA=6397408 |53711| C| |A|0038 | C|49998|0087064 DRAWING DATA=6397408 |53711| C| |A|0039 | C|49998|0105463 DRAWING DATA=6397408 |53711| C| |A|0040 | C|49998|0092263 DRAWING DATA=6397408 |53711| C| |A|0041 | C|49998|0098859 DRAWING DATA=6397408 |53711| C| |A|0042 | C|49998|0110718 DRAWING DATA=6397408 |53711| C| |A|0043 | C|49998|0060485 DRAWING DATA=6397408 |53711| C| |A|0044 | C|49998|0093955 DRAWING DATA=6397408 |53711| C| |A|0045 | C|49998|0061510 DRAWING DATA=6397408 |53711| C| |A|0046 | C|49998|0111652 DRAWING DATA=6397408 |53711| C| |A|0047 | C|49998|0107134 DRAWING DATA=6397408 |53711| C| |A|0048 | C|49998|0079527 DRAWING DATA=6397408 |53711| C| |A|0049 | C|49998|0104723 DRAWING DATA=6397408 |53711| C| |A|0050 | C|49998|0073178 DRAWING DATA=6397408 |53711| C| |A|0051 | C|49998|0050581 DRAWING DATA=6397408 |53711| C| |A|0051.A | C|49998|0042631 DRAWING DATA=6397408 |53711| C| |A|0052 | C|49998|0192884 DRAWING DATA=6397408 |53711| C| |A|0053 | C|49998|0217044 DRAWING DATA=6397408 |53711| C| |A|0054 | C|49998|0198162 DRAWING DATA=6397408 |53711| C| |A|0055 | C|49998|0221571 DRAWING DATA=6397408 |53711| C| |A|0056 | C|49998|0114011 DOCUMENT REF DATA=MIL-STD-798 | | | |880229|A| |01| DOCUMENT REF DATA=MIL-A-8625 | | |F |030915|A| 1| | DOCUMENT REF DATA=MIL-C-15726 | | |F |911008|A| 1| | DOCUMENT REF DATA=MIL-B-24480 | | |A |910326|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |951103|A|2 | | DOCUMENT REF DATA=MIL-S-46163 | | |A |930507|A| 2| | DOCUMENT REF DATA=MIL-R-83248 | | |C |940628|A| | | DOCUMENT REF DATA=MIL-STD-100 | | |G |970609|A| | | DOCUMENT REF DATA=ASTM-B164 | | | |930215|A| | | DOCUMENT REF DATA=ASTM-D2000 | | | |910225|A| | | DOCUMENT REF DATA=MIL-PRF-20042 | | |E |990916|A| | | DOCUMENT REF DATA=ASTM-B21 | | | |900223|A| | | DOCUMENT REF DATA=ASTM-A231/A231M | | | |941003|A| | | DOCUMENT REF DATA=ASTM-B26/B26M | | | |920515|A| | | DOCUMENT REF DATA=ASTM-A276 | | | |940315|A| | | DOCUMENT REF DATA=ASTM-B36/B36M | | | |910222|A| | | DOCUMENT REF DATA=ASTM-B446 | | | |941003|A| | | DOCUMENT REF DATA=ASTM-A479/A479M | | | |940115|A| | | DOCUMENT REF DATA=ASTM-D523 | | | |890331|A| | | DOCUMENT REF DATA=ASTM-B61 | | | |930215|A| | | DOCUMENT REF DATA=ASTM-D751 | | | |890428|A| | | DOCUMENT REF DATA=MIL-PRF-81733 | | |D |980515|A| | | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | DOCUMENT CHANGE DATA=MIL-F-20042 |MIL-PRF-20042 DOCUMENT CHANGE DATA=MIL-S-81733 |MIL-PRF-81733 DOCUMENT CHANGE DATA=QQ-A-601 |ASTM-B26 3. REQUIREMENTS 3.1 ;THE VALVE ASSEMBLY SHALL BE REPAIRED/REFURBISHED IN ACCORDANCE WITH NAVAL SEA SYSTEMS COMMAND DRAWING 803-6397408. ASSEMBLY PART NUMBER 803-6397408-ASSY89 APPLIES. ; 3.1.1 ;EACH VALVE ASSEMBLY SHALL BE COMPLETELY DISASSEMBLED, CLEANED, AND VISUALLY AND DIMENSIONALLY EXAMINED FOR EVIDENCE OF WEAR OR DAMAGE. ALL DEFECTIVE PARTS SHALL BE REPAIRED OR REPLACED. 100% REPLACEMENT OF THE FOLLOWING PARTS ARE REQUIRED: SEAT, DISK, DISK GASKET, DIAPHRAGM, AND O-RING SEALS. THE VALVE SHALL BE ASSEMBLED AND TESTED AS SPECIFIED ELSEWHERE IN THE PURCHASE ORDER/CONTRACT.; 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 Qualification Requirements - This item contains components that must be manufactured by a Government Qualified Products List (QPL) supplier. 3.4 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. 3.5 Marking - This item shall be physically identified in accordance with ;MIL-STD-130 N 16 NOV 12; . 3.6 Production Lot Approval (Contractor Testing) - Production Lot Test and approval is required. 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 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. 4.3 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 Production Lot Test (Contractor) - The Contractor shall perform 100% production testing in accordance with ;GENERAL NOTES 6.A THRU 6.C OF DWG 803-6397408; . 4.5 Production Lot Test/Inspection Report - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423). Each lot of diaphragm material and springs shall be tested in accordance with general note 6.D of dwg 803-6397408. Certification of tests required. 4.6 Visual, Dimensional, Mechanical Examination - Each ACTUATOR,HYDRAULIC- shall be 100% inspected in accordance with ;DRAWING 803-6397408; . 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 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 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. 6.3 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. DATE OF FIRST SUBMISSION=ASREQ ;NARAGRAPHS 10.2.2 (B,C,,D) AND 10.2.3 OF DI-NDTI-80492 DO NOT APPLY. BLOCK 12-SUBMIT FOR DCMAO APPROVAL UPON COMPLETION OF TEST. FORWARD APPROVED COPY WITH DD FORM 250 TO NAVSUPWSS AT TIME OF SHIPMENT.; Block 12 - Resubmit no later than ;30; days after disapproval. DATE OF FIRST SUBMISSION=ASREQ ;PARAGAPHS 10.2.2, 10.2.3, 10.3.1, AND 10.4 OF DI-MISC-80678 DO NOT APPLY CERTIFICATION SHALL BE FOR TESTS SPECIFIED BY GENERAL NOTES 6.D OF DWG 803-6397408. SUBMIT FOR DCMAO APPROVAL UPON COMPLETION OF TESTS. FORWARD APPROVED COPY WITH DD FORM 250 TO NAVSUP-WSS PCO AT TIME OF SHIPMENT.; Block 12 - Resubmit no later than ;30; days after disapproval.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f62cf2cf17c647d4b944b40ecebe71d4/view)
 
Record
SN06936215-F 20240118/240116230045 (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.