Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 12, 2025 SAM #8721
SOLICITATION NOTICE

70 -- 58--SIGNAL DATA PROCESS, IN REPAIR/MODIFICATION OF

Notice Date
10/10/2025 1:00:53 AM
 
Notice Type
Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010425RUC65
 
Response Due
10/27/2025 2:00:00 PM
 
Archive Date
11/11/2025
 
Point of Contact
Telephone: 7176052462
 
E-Mail Address
RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL
(RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|35|240 DAYS|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO|N/A|TO BE DETERMINED (TBD)|N00104|TBD|TBD|Q99963|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| EXERCISE OF OPTION TO FULFILL FOREIGN MILITARY SALES COMMITMENTS-BASIC(NOV 2014))|4||||| SAFEGUARDING SENSITIVE CONVENTIONAL ARMS, AMMUNITION, AND EXPLOSIVES (NOV 2023))|9|||||||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (OCT 2024)|2||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 days| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA-MODIFICATIONS (NOV 2021))|7|||||||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334290 |800|||||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (NOV 2021))|7|||||||| TYPE OF CONTRACT (APR 1984)|1|FIRM FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA (MAY 2024))|1|| SUBJECT AMENDMENT IS HEREBY INCORPORATED TO ANSWER THE FOLLOWING QUESTION: Q: In the Solicitation, page 6 states: ""PROPOSAL PREPARATION INSTRUCTIONS: 1. The Offeror's proposal shall consist of two volumes: General Information/Price and Past Performance."" Could you please confirm whether or not proposal volumes are required for this RFP? A: Yes, proposal volumes are required for this RFP. \ Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ OFFERORS SHALL SUBMIT PROPOSALS VIA NECO OR EMAIL ONLY. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in incomplete condition, missing hardware, damaged, handling damage, missing parts, and wear damage. A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection, FOB Source, CAV Reporting. C. 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. D. Only a firm-fixed (FFP) price for the REPAIR of the subject item(s) will be accepted. Quotes limited to test and evaluation (T&E) will NOT be accepted. The quoted price MUST be for the REPAIR of the item(s). E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized repair source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. The Government is requesting a Repair Turnaround Time (RTAT) of: 216 days after receipt of asset. Repair Turnaround Time (RTAT) definition: 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. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Throughput Constraint: Contractor must provide a throughput Constraint for each NSN(s). Total assets to be repaired monthly after initial delivery commences: _____/month (contractor is to fill in #). A throughput of ""0"" (zero) per month reflects no throughput constraint. Induction Expiration Date: 365 days after contract award date. Any asset received after this date in days is not authorized for repair without bi-lateral agreement between the Contractor and NAVSUP WSS Contracting Officer. H. IMPORTANT NOTE: Reconciliation Price Reduction: Any asset(s) for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late. However, any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If the contractor does not meet the required RTAT due to inexcusable 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: $__________. (vendor is to fill in amount) I. Your quote MUST include the following information for justification purposes: - Repair unit price ________________ - Total price________________ - Repair Turnaround Time (RTAT) _____________ days - New unit price ______________ NOTE: If you are not quoting the Government's Requested Repair Turnaround Time (RTAT) or sooner, you must provide your company's capacity constraints below: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ - 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/BER, 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 based on: ____________________________________________________________________ ____________________________________________________________________ - Award to CAGE:________ - Inspection & Acceptance CAGE, if not the same as Award to CAGE: _________ - Facility/Subcontractor CAGE (where the asset should be shipped to), if not same as Award to CAGE. __________ - Facility/Subcontractor or Packaging Facility CAGE (where the asset will be shipped from), if not the same as Award to CAGE. ________ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _______________________ (MIN of 90 Days is requested). - Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) J. OPTIONS PROSPECTIVE OPTION QUANTITY UP TO 40% NOTES: The Government intends to add an option quantity to the resultant contract. In reference to the option quantity, The government requests up to a 40% (14 EA) option for a period of 180 days. The option grants the Government the unilateral authority to increase this order up to the above quantity within 180 days of the contract award date. This will incorporate FAR Clause 52.217-6 (Option for Increased Quantity) into the award. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the number of days in FAR 52.217-6 herein. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. A modification will be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 40% option quantity for the contract. Yes ____ or No ____ Or if you request a variation to the option please let me know in your quote. Throughput:15 per quarter (schedule). SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS SUBMISSION OF OFFERS Offerors may email proposals for this solicitation electronically as follows: To: Amber Wale / Amber.l.wale.civ@us.navy.mil CC: Devon Hensel / devon.c.hensel.civ@us.navy.mil SUBJECT LINE: Proposal (insert name of Offeror) N00104-25-R-UC65 Offerors are responsible for confirming with the Contracting Officer (KO) and/or Contracting Specialist (CS) that the proposal submitted has, in fact, been received by the KO and/or CS. The completion and submission of the below items will constitute the offeror's initial proposal and will indicate the offeror's unconditional consent to the terms and conditions of this RFP and any attachments hereto. The Government intends to award a contract without discussions, but reserves the right to conduct discussions if the contracting officer later determines them to be necessary. Since offers that take exception or object to terms of this solicitation may be rendered ineligible for award, offerors are cautioned to address solicitation exceptions, objections, or questions to the contracting officer prior to the time set for receipt of initial proposals. The Government reserves the right to require the submission of Other Than Certified Cost or Pricing Data as is deemed necessary to arrive at a fair and reasonable price. PROPOSAL PREPARATION INSTRUCTIONS: 1. The Offeror's proposal shall consist of two volumes: General Information/Price and Past Performance. 2. Proposal Format a. Offerors shall submit electronically one copy of the proposal. b. Exceptions. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being ineligible for award. If the offeror finds it necessary to take exception to any of the requirements specified in this solicitation, the exception must be raised prior to solicitation closing. Offerors are cautioned that taking an e exception in their proposal may render the offer ineligible for award. c. The proposal shall be organized into two volumes. d. The proposal shall remain valid for 45 days. 3. Proposal Content: Volume I - General Information/Price 1. Solicitation, Offer and Award - The SF 33 shall be submitted fully completed. The offeror is cautioned that the SF33 must contain an original signature in block 17 of the form. The contractor shall acknowledge any amendments to theRFP in accordance with the instructions on the SF 33 and with Section L, FAR 52.215-1(b), Instruction to Offerors- Competitive Acquisition. The offeror shall provide the name, title and telephone number of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. Also, identify those individuals authorized to negotiate with the Government. 2. Section B (Supplies or Services and Prices/Costs) - Section B shall be submitted fully completed and error free. It shall contain the offeror's prices for the established Contract Line Items Numbers (CLINS). 3. Section K (Representation, Certifications, and Other Statements of Offerors) - The offeror shall ensure that Section K is submitted thoroughly completed with all blocks in each certification/representation completed truthfully and completely. Volume II - Past Performance: The Government considers past performance a predictor of future contract performance. The Government bases its degree of confidence the Offeror will complete the requirements in accordance with the contract terms on the Offeror's demonstrated record of recent, relevant performance. Each Offeror shall submit its past performance information including no more than two (2) contract examples with its initial proposal representing recent, relevant performance under Government and/or commercial contracts. 1. The Past Performance information submitted in this Volume shall include contract descriptions with at least the following information: (a) Contract number, Award date, Total contract dollar value. (b) Item description, nomenclature, NSN, Part Number, quantity, and period of performance. (c) Name and reference point of contact at the government or commercial entity for where the contract was performed. (d) Original delivery date of the contract at time of award as well as the final delivery date and an explanation of any difference between these two dates. 2. Offerors should limit examples to those involving its performance as a prime or first tier subcontractor only. The Government is not required to interview any points of contact identified by Offerors. The Government reserves the right to use data provided in the Offeror's proposal and data obtained from any other sources of information to evaluate Past Performance including the Contractor Performance Assessment Reporting System (CPARS) or the Federal Awardee Performance and Integrity Information System (FAPIIS). The G Government does not assume the duty to search for data to cure the problems it finds in the information provided by the Offeror. The burden of providing thorough and complete past performance information remains with the Offeror. 3. Recent contracts are those that have been on-going with at least six (6) months of performance history or produced deliverables under prime contracts, task orders, delivery orders, or subcontracts, within three (3) years prior to issuance of this solicitation, as well as contracts that continue today. The Government reserves the right to consider any significant past performance after the solicitation closing date and prior to award. 4. Relevant means performance that demonstrates the Offeror's successful performance on current and/or prior efforts involving the same or similar manufacturing and quality assurance processes. Other factors of potential consideration to determine relevance include the degree to which the contracts are comparable with regard to the complexity of the manufacturing processes, size of the production quantities or total dollar value to the solicited effort. Inhouse performance holds greater relevance and therefore, a greater predictor of success than outsourcing. 5. The Government determines which information is relevant for evaluation purposes, though the Offeror may highlight those efforts it feels are most similar in scope and magnitude of effort and complexities to the requirements of this solicitation. SECTION M - EVALUATION FACTORS FOR AWARD EVALUATION FOR AWARD Basis for Contract Award - This is a best value negotiated acquisition conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS).The Government may award the contract to an offeror that does not offer the lowest price. Selection decisions consider an evaluation of the factors indicated above using an adjectival rating system that grades an offeror's non-price factors. Price will be evaluated, but not adjectivally rated. The Government will perform an initial assessment of the Offerors' proposals against the submittal requirements of Section L ?instructions to offerors?. Failure to submit the required documentation in the format specified in Section L of this solicitation may render the Offeror's proposal unevaluatable and the proposal will be eliminated from the competition without further consideration. Responsibility: Pursuant to FAR 9.103, the Contracting Officer will award all contracts to the contractor(s) he or she deems a responsible contractor. Separate from the best value source selection criteria, each Offeror must be able to demonstrate it meets the standards of responsibility set forth in FAR 9.104. (a) The Government reserves the right to conduct a pre-award survey on any Offerors considered for award, to assist in the Contracting Officers determination of Contractor responsibility. The Contracting Officer may also either make a responsibility determination without requesting any information from an Offeror or require the Offeror provide information to substantiate that it satisfies the general responsibility standards of FAR 9.104-1. The Contracting Officer considers an Offeror's ability to respond to his or her request(s) for information promptly as an indication of the Offeror's level of responsibility. (b) Nothing in this provision limits the Contracting Officer's discretion to rely on information available from other sources (e.g., past performance databases, discussions with other entities familiar with the Offeror) or to use any other technique described in FAR 9.1 when determining whether the Offeror satisfies the FAR 9.104-1 general responsibility standards. All evaluation factors other than price when combined are significantly more important than price. There is one non-price factors: past performance. Within the non-price factors, the past performance factor is the most important. The Government reserves the right to make the award to an Offeror other than the Offeror that submits the lowest overall evaluated price, using a Best Value trade-off analysis method of procurement. Offerors must receive a rating of Acceptable or better on all factors to be eligible for award. Evaluation criteria consists of the following factors: FACTOR 1: PAST PERFORMANCE The Government considers past performance information a predictor of future contract performance. The Government bases its degree of confidence it has that the offeror will successfully complete the requirements in accordance with the contract terms on the offeror's demonstrated record of recent and relevant performance. This evaluation is separate and distinct from the Contracting Officer's responsibility determination. Assessment of the offeror's past performance translates a means of evaluating the relative c capability of the offeror(s) to achieve the RFP's requirements. The Government may consider the recency, degree of relevance, quality, source, and context of the past performance information it evaluates as well as general trends in performance, and demonstrated corrective actions. A significant achievement, problem, problem resolution, or lack of relevant data can become an important consideration in the assessment process. A negative finding may result in a lower past performance confidence assessment rating. Absent any recent and relevant past performance history, the Government assigns an Unknown Confidence (Neutral) Past Performance rating to the offeror. Without past performance information, the Government does not consider the offeror's past performance favorably or unfavorably. The Government may use information obtained from other sources to conduct past performance evaluation, or it may use information with regard to other contracts performed by the offeror of which it has knowledge, whether or not those contracts are disclosed to the Government by the offeror. The Government will rate each offeror on its recent and relevant contractual information. The definitions for recent and relevant are provided in Section L of the solicitation. The Government will assign a relevant rating in accordance with the below: Recency Assessment: The Government will conduct an assessment of the past performance information to determine if it is recent. To be recent, the effort must be on-going with at least six (6) months of performance history or must have been performed during the past three (3) years preceding the issuance date of this solicitation. For contracts that began more than three years before the date of solicitation issuance, only the year(s) that were partially or completely performed in those three years will be evaluated as recent. Past performance information that fails this condition will not be further evaluated. Relevancy Ratings: Relevancy of the past performance information will be determined as follows: Adjectival Rating: Very Relevant: Present/past performance effort involved essentially the same scope and magnitudeof effort and complexities this solicitation requires. Relevant: Present/past performance effort involved similar scope and magnitude of effort andcomplexities this solicitation requires. Somewhat Relevant: Present/past performance effort involved some of the scope and magnitude of effortand complexities this solicitation requires. Not Relevant: Present/past performance effort involved little or none of the scope and magnitude ofeffort and complexities this solicitation requires. Only information determined to be relevant (any level of relevancy) and meeting the standard for recent as defined in Section L will be further considered in the past performance evaluation. Performance Confidence Assessment: The Government will assess how well the offeror performed on recent and relevant contracting efforts. The Government will use information presented in the offeror's Past Performance proposal volume in addition to information independently obtained from outside sources, to include assessment reports, databases, interviews, and other sources. The Past Performance Evaluation Team will review all past performance information collected and determine the quality of the offeror's performance, general trends, and usefulness of the information and incorporate these into the performance confidence assessment. An overall Past Performance factor rating will be assigned according to the below.: Adjectival Rating: Substantial Confidence: Based on the offeror's recent/relevant performance record, the Government has a highexpectation that the offeror will successfully perform the required effort. Satisfactory Confidence: Based on the offeror's recent/relevant performance record, the Government has areasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence: No recent/relevant performance record is available or the offeror's performance record isso sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence: Based on the offeror's recent/relevant performance record, the Government has a lowexpectation that the offeror will successfully perform the required effort. No Confidence: Based on the offeror's recent/relevant performance record, the Government has noexpectation that the offeror will be able to successfully perform the required effort. The Government may use additional, external sources to evaluate past performance. These sources include, but are not limited to, PPIRS, FAPIIS, or other databases; interviews with Program Managers, Contracting Officers, and the Defense Contract Management Agency. The Government also has the right to consider information regarding an offeror's past performance up to date of award. It is the responsibility of the offeror to provide complete past performance information and thorough explanations as required by Section L. The Government is not obligated to make another request for the required information. Merely having problems does not automatically equate to a No Confidence rating, since problems encountered may have been on a more complex program, or an offeror may have subsequently demonstrated the ability to overcome the problems. The offeror is required to demonstrate management actions employed in overcoming any problems and the effects of those actions, in terms of improvements achieved or problems rectified, clearly. FACTOR 2: PRICE: Price will not be scored or rated. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable, complete and balanced. Definitions: Reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the SIGNAL DATA PROCESS . 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. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The SIGNAL DATA PROCESS repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;7Z941 8360204-004 1U7M4 8360204-004; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 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. 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/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 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: Comman...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a3014d2d3f5f4c9f885fcfc3fd462a91/view)
 
Record
SN07617262-F 20251012/251010230034 (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.